ahmednagar muncipal corporation water supply … · 2019-06-03 · 1 ahmednagar muncipal...

227
1 AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY DEPARTMENT E- TENDER NOTICE NO 2051 FOR 2019-20 - NAME OF WORK : Providing, Lowering, laying and Jointing D.I.K-7 Pipeline for Shifting Pipeline under Widening of National Highway Road from Chandani Chowk - Patil Hospital - Swastik Chowk - Hotel Yash Palace TENDER DOCUMENT AHAMADNAGAR MUNCIPAL CORPORATION , TALUQA: AHAMADNAGAR; DISTRICT: AHAMADNAGAR ` SAVE WATER EVERY DROP COUNTS INSERT LOGO

Upload: others

Post on 17-Jul-2020

24 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY … · 2019-06-03 · 1 AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY DEPARTMENT E-TENDER NOTICE NO 2051 FOR 2019-20NAME OF WORK: Providing,

1

AHMEDNAGAR MUNCIPAL CORPORATION

WATER SUPPLY DEPARTMENT

E- TENDER NOTICE NO 2051 FOR 2019-20

-

NAME OF WORK : Providing, Lowering, laying and Jointing D.I.K-7 Pipeline for Shifting

Pipeline under Widening of National Highway Road from Chandani Chowk - Patil

Hospital - Swastik Chowk - Hotel Yash Palace

TENDER DOCUMENT

AHAMADNAGAR MUNCIPAL CORPORATION ,

TALUQA: AHAMADNAGAR; DISTRICT: AHAMADNAGAR

`

SAVE WATER EVERY DROP COUNTS

INSERT LOGO

Page 2: AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY … · 2019-06-03 · 1 AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY DEPARTMENT E-TENDER NOTICE NO 2051 FOR 2019-20NAME OF WORK: Providing,

2

PRESS TENDER NOTICE

Page 3: AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY … · 2019-06-03 · 1 AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY DEPARTMENT E-TENDER NOTICE NO 2051 FOR 2019-20NAME OF WORK: Providing,

3

Page 4: AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY … · 2019-06-03 · 1 AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY DEPARTMENT E-TENDER NOTICE NO 2051 FOR 2019-20NAME OF WORK: Providing,

4

अहमदनगर महानगरपा�लका, अहमदनगर

�-������ ��� �. 2051 � 2018-19 अहमदनगर शहर ���� ����� ����◌��� !" ##� �$# �

% &�& ' (# �$# )*�+ ��,� +�,� % -+�� �� #��� �.व

��.अहमदनगर �� #�)��� ������ महानगरपा�लका, अहमदनगर #./� )�!��0�� �� 1ह�. #�)��� ������ 3#) 4_4.95 #�&� �/� �� #�)��'*�7�� ��% � �8�+ http://amc.maharashtra.etenders.in �� ��������� ��ल�� �ह�. �����#: 03/06/2019 �ह!/-

आयु�त

अहमदनगर महानगरपा�लका, अहमदनगर

Page 5: AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY … · 2019-06-03 · 1 AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY DEPARTMENT E-TENDER NOTICE NO 2051 FOR 2019-20NAME OF WORK: Providing,

5

AHMEDNAGAR MUNICIPAL

CORPORATON AHMEDNAGAR

E-Tender Notice No. 2051 for

Corporation Ahmednagar invites e-Tender for the work of

Providing, Lowering, laying and Jointing D.I.K-7 Pipeline for

Shifting Pipeline under Widening of National Highway Road

from Chandani Chowk - Patil Hospital - Swastik Chowk - Hotel

Yash Palace & Dist Ahmednagar in the State of Maharashtra, valued

at Rs. 4.95 Cr. Please visit website

http://amc.maharashtra.etenders.in for detailed information.

Date: 03 /06 /2019 Sd/-

Commissioner

Ahmednagar Municipal Corporation

Page 6: AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY … · 2019-06-03 · 1 AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY DEPARTMENT E-TENDER NOTICE NO 2051 FOR 2019-20NAME OF WORK: Providing,

6

AHAMADNAGAR MUNICIPAL CORPORATION

Water Supply Department

TENDER NOTICE NO. 2051 FOR 2019-20

Name of work : Providing, Lowering, laying and Jointing D.I.K-7 Pipeline for

Shifting Pipeline under Widening of National Highway Road

from Chandani Chowk - Patil Hospital - Swastik Chowk - Hotel

Yash Palace

I N D E X

Sr.

No.

Description Page No

From To

1. Press Tender Notice

2. Detailed Tender Notice

3. Instructions to Tenderer

4. General Conditions of Contract

5. Description of Works and Location

6. Additional Conditions of Contract SPECIAL

CONDITIONS OF CONTRACT

7. Form B-1

8. Schedule –A

9. Schedule B

10. Detailed Specifications

11. Undertaking

12. Declaration

Page 7: AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY … · 2019-06-03 · 1 AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY DEPARTMENT E-TENDER NOTICE NO 2051 FOR 2019-20NAME OF WORK: Providing,

7

DETAILED TENDER NOTICE

Page 8: AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY … · 2019-06-03 · 1 AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY DEPARTMENT E-TENDER NOTICE NO 2051 FOR 2019-20NAME OF WORK: Providing,

8

Maharashtra Jeevan Pradhikaran / Ahmednagar Municipal Corporation

WATER SUPPLY DEPARTMENT

DETAILED TENDER NOTICE NO. 2051 OF 2019-20

Online percentage rate basis Tender in B-1 Form in two envelopes system are invited

for the following works from the contractors registered with MJP in class II (civil) or

registered in CIDCO/MIDC OR ANY GOVERNMENT DEPARTMENT IN INDIA in equivalent

class of MJP, by the H.O.D.Water Supply Dept., AMC/ AHMADNAGAR Municipal

Corporation (on behalf of The Commissioner , Ahmednagar Municipal Corporation)

on the Government of Maharashtra e-Tendering Portal : Error! Hyperlink reference not

valid.. http://amc.maharashtra.etenders.in

Note : In order to participate in e-tendering process, it is mandatory for new

contractors (first time users of this website) to complete the Online

Registration Process for the e-Tendering website. For guidelines, kindly

refer to Bidders Manual Kit documents provided on the website

NAME OF WORK :Providing, Lowering, laying and Jointing D.I.K-7 Pipeline for

Shifting Pipeline under Widening of National Highway Road

from Chandani Chowk - Patil Hospital - Swastik Chowk - Hotel

Yash Palace ESTIMATED TNDER COST Rs. 49540300 /-

a) EARNEST MONEY DEPOSIT : Rs. =371552/-(0.75% of the cost put to tender)

b) DOWNLOADING COST OF TENDER DOCUMENTS:-Rs. -10500/-

(Including 5% VAT) (Non-refundable).

c) CLASS OF CONTRACTOR : II (civil)

Page 9: AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY … · 2019-06-03 · 1 AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY DEPARTMENT E-TENDER NOTICE NO 2051 FOR 2019-20NAME OF WORK: Providing,

9

1. EARNEST MONEY DEPOSIT/TENDER FEES :

Tender fee and EMD shall be paid by Online

1. SBI Net Banking or

2. Other Bank Internet Bank MOPS.

For any assistance please contact help desk. Details are available online.

The online payment procedure can be seen on

https:// http://amc.maharashtra.etenders.in Announcement online payment

procedure.

Online payment requires 48 hours in Bank working days for clearance and

hence, payment should have been made accordingly.

The EMD will be retained in the pooling account and will be refunded to the

unqualified / unsuccessful bidders after award of tender to the successful

lowest bidder. The EMD of successful bidder will be ultimately refunded or will

be adjusted against the security deposit after selection of the successful bidder

at the time of execution of the contract. In case, the Chief

Engineer/Commissioner/Chief Officer decided to forfeit / adjust the EMD

amount of the bidder, the EMD amount in such cases shall be credited to the

bank account of the MJP/Corporation. The mandate for EMD refunds / forfeit /

adjustment against security deposit shall trigger from e-tender application of

NIC portal.”

NOTE - The bidder should make the payment well in advance so as to

ensure that the payment reaches to Bank 4 (four) days

before date and time for submission of tender.

Page 10: AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY … · 2019-06-03 · 1 AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY DEPARTMENT E-TENDER NOTICE NO 2051 FOR 2019-20NAME OF WORK: Providing,

10

2. SECURITY DEPOSIT

• 4% of the Estimated cost or Accepted Tender cost whichever is higher

• Initial Security Deposit.

2% of estimated cost or accepted tender cost whichever is higher in the

form of Fixed Receipt OR Bank Guarantee from Nationalized / Scheduled

Bank in the name of Executive Engineer/Commissioner,Ahmednagar

Municipal Corporation, initial minimum period of 6 months (time limit)and

shall be extended suitably if the work is not completed within the time

limit.

• Deductions through R.A. Bills.

Balance 2% amount will be recovered through each running bill at 5% of the

gross amount of R.A. Bill to the extent that total required security deposit

is to be recovered.

• Additional Security Deposit.

If the accepted offer of the contract is below 10% of the cost put to tender,

the additional security deposit shall be furnished by the agency as below

before issue of work order. This security deposit is in addition to initial

Security Deposit.

• If offer is up to 10% below - Nil

• If offer is more than 10% and

Up to 15% below - 2%

• If offer is more than 15% below - 4%

The initial Security Deposit and additional security deposit may be in the

form of Fixed deposit receipt OR Bank Guarantee by a Nationalized/Scheduled

Bank in the name of “Executive Engineer/Commissioner Municipal Corporation,

Ahmednagar and shall be for a minimum period of 6 months (time limit) and

shall be extended suitably if the work is not completed within the time limit.

The tenderer shall have to furnish this security deposit with initial security

Page 11: AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY … · 2019-06-03 · 1 AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY DEPARTMENT E-TENDER NOTICE NO 2051 FOR 2019-20NAME OF WORK: Providing,

11

deposit.

3. STAMP DUTY

The contractor shall bear the revenue stamp duty on total security deposit of

the agreement and/or Additional Security Deposit (payable as per tender

condition), as per the Indian Stamp Duty (1985) (latest revision) provision

applicable during contract period.

4. TIME OF COMPLETION

6 months calendar months, including Monsoon. This will be counted from the

date of issue of the work order.

5. DETAILED TENDER SCHEDULE

Sr. No.

Envelopes Start Date & Time Expiry Date & Time

1 Sale of Form 03/06/2019 17:45 27/06/2019 17:45

2 Preparation of Tender 03/06/2019 17:45 29/06/2019 15:00

3 Closing of Envelope 1 & 2 29/06/2019 15:01 29/06/2019 17:45

4 Submission of Tender 29/06/2019 17:46 02/07/2019 15:00

5 Opening of Envelope 1 02/07/2019 15:01 02/07/2019 17:45

6 Opening of Envelope 2 02/07/2019 17:46 03/07/2019 17:45

6. PRE QUALIFICATION CRITERIA

• The firm / contractor should registered with MJPin class 2/MIDC/CIDCO OR

ANY GOVERNMENT DEPARTMENT IN INDIA in class ‘2 & above

(Civil)(equivalent class of MJP). The validity of registration should be at

least upto the last date for submission of tender, then only pre-

qualification will be considered. It is necessary to renew the registration

before issue of work order. Bidder need to submit online copy of

registration.

Page 12: AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY … · 2019-06-03 · 1 AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY DEPARTMENT E-TENDER NOTICE NO 2051 FOR 2019-20NAME OF WORK: Providing,

12

• The agency shall have experience successful completion and commissioning

of the works listed below with any Govt/Semi Govt./ corporation or

equivalent organization. The experience of each work should be under

single agreement.

Sr.No Components in project Experience required for

l. Providing, lowering, laying and Jointing D.I. Pipelines

a) 50 % of diameter rounded off to higher side

b) 25% of total length

a) For Dia.

According to Weighted Average = 0.5 x (∑ Di Li / ∑ Li)

The dia. should be rounded off to available higher side.

b) For Length ∑ Li/ 4

(Note: Prequalification criteria based on the work/size/capacity included in the tender should only be included in the tender. MJP Circular No. 181 dated 29 April 2016 be referred for details. This note should not appear in the tender)

• The bidder shall submit online, required experience certificate. The

certificate of experience shall have to be issued by the officer not below

the rank of Executive Engineer and counter signed by the

City/Hydraulic/Superintending Engineer or equivalent officer or head of

Govt/Semi Govt./, Corporation or councils. Except Automation work, the

certificate issued by Private Individuals/ Private Organization will not be

considered.

• Incase LT installation The certificate of experience shall have to be issued

by the officer not below the rank of Executive Engineer or equivalent

officer or Head of Govt/Semi Govt./, Corporation or councils.

• For the work of Automation experience certificate issued by private

organization can be considered if supported by company registration

certificate, TAN, VAT, PAN and contact details.

• The firm shall have valid VAT registration No or TIN No.

• The firm shall have valid PAN No.

Page 13: AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY … · 2019-06-03 · 1 AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY DEPARTMENT E-TENDER NOTICE NO 2051 FOR 2019-20NAME OF WORK: Providing,

13

All the documents pertaining to pre-qualification criteria shall be submitted

separately online in Envelop No.1 (Technical Bid)

7. COST OF BLANK TENDER FORM

• Rs.10500/- per set (including 5% VAT).

• Blank Tender documents will not be sold by this office. Interested

contractors have to download tender documents from the website.

• Cost of blank tender form shall not be accepted in the form of cash or

cheque. The cost of the tender documents will not be refunded under any

circumstances.

8. ISSUE OF BLANK TENDER FORM

The blank tender forms will have to be downloaded, from the website Error!

Hyperlink reference not valid.mahatenders.gov.in as per online schedule.

9. PRE-TENDER CONFERENCE

Pre-Tender conference is open to all prospective tenderers and will be held

on 17/06/2019 up to 15.30 hours in the office of the Commissioner

Ahmednagar Municipal Corporation wherein the prospective tenderers will have

opportunity to obtain clarifications regarding the work and the tender

conditions.

The prospective tenderers are free to ask for any additional information or

clarification either in writing or orally and the reply to the same will be given

in writing and this clarification referred to as common set of conditions, shall

also be common and applicable to all tenderers. The minutes of this meeting

along with the letters of tenderers will form the part and parcel of the tender

documents. Bidder need to submit online signed copy of pre bid minutes in a

technical bid.

10. VALIDITY OF THE OFFER

120 days from the date opening of tender.

11. LAST DATE & TIME OF ONLINE SUBMISSION OF TENDER FORM

02/ 07/2019 up to 15:00 Hrs.

12. DATE & TIME OF ONLINE OPENING OF TENDER

02/07/2019 at 15:00 in the office of the Commissioner Ahmadnagar Municipal

Corporation.

Page 14: AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY … · 2019-06-03 · 1 AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY DEPARTMENT E-TENDER NOTICE NO 2051 FOR 2019-20NAME OF WORK: Providing,

14

13. SUBMISSION OF TENDER

Bids must be accompanied with:

a) Copy of online payment receipt of Tender documents .

b) Copy of online payment receipt of EMD

c) Scanned copy of all documents, certificates specified in Pre-qualification

Criteria in Point No.6.

d) Scanned copy of duly signed declaration of contractor in prescribed

format filled in agency’s letter head attached with the tender.

(Annexure-A)

e) Scanned copy of minutes of Pre-bid meeting duly signed by Contractor.

f) Scanned copy of Joint Venture/Collaboration in prescribed format.

Bid shall be treated as invalid if scanned copies as mentioned above are not

submitted online along with the bid.

The guidelines, “to download the tender document and online submission of

bids procedure of tender opening” can be downloaded from website

http://amc.maharashtra.etenders.in

14.1 The two envelopes No. 1 & 2 shall be digitally sealed and signed and submitted

online as per the online tender schedule.

14.2 The date and time for online submission of envelopes shall strictly apply in all

cases. The tenderers should ensure that their tender is prepared online before

the expiry of the scheduled date and time and then submitted online before

the expiry of the scheduled date and time. Offers not submitted online will

not be entertained.

14.3 If for any reason, any interested bidder fails to complete any of online stages

during the complete tender cycle, department shall not be responsible and any

grievance regarding that shall not be entertained.

Page 15: AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY … · 2019-06-03 · 1 AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY DEPARTMENT E-TENDER NOTICE NO 2051 FOR 2019-20NAME OF WORK: Providing,

15

15. OPENING OF TENDER

The tenders will be opened on the date specified in the tender notice or on the

date intimated to prospective bidders, in the presence of the intending bidders

or their authorized representative to whom they may choose to remain present

along with the copy of the original documents submitted for Pre Qualification.

Following procedure will be adopted for opening of the tender.

Envelope No. I (Technical Bid)

First of all, Envelope No. 1 of the tenderer will be opened online through e-

Tendering procedure to verify its contents as per requirements. Scanned copies

of following documents shall be in Envelope No. 1.

a) Copy of online payment receipt of Tender documents .

b) Copy of online payment receipt of EMD

c) Scanned copy of all documents, certificates specified in Pre-qualification

Criteria in Point No.6.

d) Scanned copy of duly signed declaration of contractor in prescribed format

filled in agency’s letter head attached with the tender. (Annexure-A)

e) Scanned copy of minutes of Pre-bid meeting duly signed by Contractor.

f) Scanned copy of Joint Venture/Collaboration in prescribed format.

If the various documents contained in this Envelope do not meet the

requirements as stated above, a note will be recorded accordingly by the

tender opening authority and the envelope No. II of such tenderers will not be

considered for further action and the same will be rejected. Also tender will be

liable for rejection if bidder mention his commercial offer anywhere in envelop

No.1

Envelope No. II (Commercial Bid)

This envelope shall be opened online through e-Tendering procedure after

opening of envelope No. 1 only, if the contents of Envelope No. 1 are found to

be acceptable to the MJP/Corporation/council. The tendered rate shall then be

read out by the tender opening authority.

16s. RIGHT RESERVED

a) The conditions in the tender notice will be binding on the

contractorand the Tender Notice will form a part of agreement.

Page 16: AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY … · 2019-06-03 · 1 AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY DEPARTMENT E-TENDER NOTICE NO 2051 FOR 2019-20NAME OF WORK: Providing,

16

b) Right to reject any or all tenders without assigning any reason thereof is

reserved by the competent authority, whose decision will be final and

legally binding on all the tenderer.

c) Tender with stipulations for settlement of a dispute by reference

toArbitration will not be entertained.

Sd/-

COMMISSIONER

Ahmednagar Municipal Corporation

Page 17: AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY … · 2019-06-03 · 1 AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY DEPARTMENT E-TENDER NOTICE NO 2051 FOR 2019-20NAME OF WORK: Providing,

17

GENERAL CONDITIONS OF CONTRACT

Page 18: AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY … · 2019-06-03 · 1 AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY DEPARTMENT E-TENDER NOTICE NO 2051 FOR 2019-20NAME OF WORK: Providing,

18

Ahmednagar Municipal Corporation

WATER SUPPLY DEPARTMENT

Name of work : Providing, Lowering, laying and Jointing D.I.K-7 Pipeline for

Shifting Pipeline under Widening of National Highway Road

from Chandani Chowk - Patil Hospital - Swastik Chowk - Hotel

Yash Palace

GENERAL CONDITIONS OF CONTRACT

1. DEFINITIONS

1.1 In the contract, the following terms shall be interpreted as indicated.

a) "The Contract" means the agreement entered into between the owner

and the contractor as recorded in the contract form signed by the

parties, includes all attachments and appendices there to and all

documents incorporated by references therein. Contract is the deed

of contract together with all its original accompaniments and those

later incorporated in it by internal consent.

b) "The Contract Price" means the price payable to the contractor under

the contract for the full and proper performance of its contractual

obligations.

c) "The Goods" means all of the equipments, machinery and/or other

materials which the contractor is required to supply to the owner

under the contract.

d) "Services" means services ancillary to the contract such as

transportation and insurance and any other incidental services, such as

Provision of Technical Assistance, Trial Runs, Commissioning, Training to

staff and other such obligations of the contractor covered under the

contract.

e) "The Owner" means, the Commissioner/Ahmednagar Municipal

corporation the person, for the time being holding that Office and

also his successors and shall include any Engineer authorized by

him.

f) The "Contractor" means successful tenderer, that is the tenderer, who’s

tender has been accepted and who has been authorized to proceed with

Page 19: AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY … · 2019-06-03 · 1 AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY DEPARTMENT E-TENDER NOTICE NO 2051 FOR 2019-20NAME OF WORK: Providing,

19

the work.

g) "The Pradhikaran” shall mean the Maharashtra Jeevan Pradhikaran, a

Pradhikaran constituted under the Pradhikaran Ordinance issued

on 10.03.1997.

h) “ M.C” means AHMADNAGAR Municipal Corporation/Council

i) "M. J. P." means, Maharashtra Jeevan Pradhikaran.

j) "The Chief Engineer M.J.P. " shall mean Chief Engineer M.J.P., the

person, for the time being holding that Office and also his

successors and shall include any Engineer authorized by him.

k) "The Superintending Engineer, Maharashtra Jeevan Pradhikaran

AHMADNAGAR Circle, " means the Engineer, so designated by the

Pradhikaran or any other Engineer who is for the time being entrusted

with his functions, duties and powers and so notified.

l) "Tender" means the proposal of the contractor submitted in

prescribed form setting-forth the prices for the goods to be supplied

and other related services to be rendered and setting forth his

acceptance of the terms and obligations of the conditions of contract

and specifications.

m) "Contract Time" means period specified in the document for the

entire execution of contracted works and other services to be rendered

commencing from the date of notification of award including monsoon

period.

n) "Month" means calendar month.

o) "Site" means location at which the contractor will have to execute the

contracted work.

p) "The Engineer or Engineer-in-charge" shall mean the City Engineer

/Hydraulic Engineer / water supply Engineer authorized by the Municipal

Corporation/Council .

q) PMC means Project Management consultant appointed by the

Ahmednagar Municipal Corporation/Municipal Council.

2. The contractor shall erect temporary sheds for storage for material supplied by

Corporation/Council and brought by him on site. Also at each construction site

contractor shall have separate storage space for cement and other material.

3. All the water retaining structures shall be designed in M25 and constructed in

M30.

4. Contractor shall take trial pits and trial bores at site at his own cost to

ascertain the bearing capacity of the strata and accordingly submit the designs.

Page 20: AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY … · 2019-06-03 · 1 AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY DEPARTMENT E-TENDER NOTICE NO 2051 FOR 2019-20NAME OF WORK: Providing,

20

5. Contractor shall submit designs and drawings for all structures such as

Balancing Tank, Intake well, Jack well, Pump House, Water Treatment Plant.

(Hydraulic and structural),Sump, ESR, GSR, Thrust blocks/anchor blocks,

Pumping machinery and its layout, all allied electrical and mechanical

equipments as directed by Executive Engineer/Engineer in charge/Chief

officer .This designs and drawings shall be got checked from Government

Engineering College or IIT at contractors own cost.

6. The contractor shall maintain the record of these materials in the prescribed

proforma and registers as directed by the Executive Engineer/Engineer in

charge/Chief officer. The sample of prescribed proforma is attached herewith.

These registers shall be signed by both contractors and representative of

Engineer-in-Charge. These registers shall be made available for inspection,

verification for the department as and when required. These registers shall be

in the custody of department and shall be maintained by the department.

7. Contractor shall take photographs and videos of all sub-works during

construction and submit two copies in hard and soft along with final bill.

8. Contractor shall prepare record drawings of all sub-works as per execution in

details by using Auto Cad programme; as directed by Engineer in charge/Chief

officer. He should submit 3 Nos. C.D. (R.W) along with three hard copies during

the submission of final bill. Final bill will not be passed unless and until this is

submitted. No extra payment will be made for submission of CDs.

9. Contractor shall maintain register for dewatering having details such as BHP of

pumps, start and stop of dewatering pumps, Fuel consumed etc.

10. The material i.e. cement, steel, sand, metal, bricks, alum pipes valves etc.

brought on the work site shall be accompanied with the necessary

company/manufacturing firm’s test certificate. In addition these materials

shall be tested as per frequency prescribed by the department and the cost of

such testing shall be borne by the contractor. If the test results are

satisfactory, then and then only the material shall be allowed to be used on the

work. If the test results are not as per standards, these materials shall be

immediately removed from the work site at contractor’s cost. In case of

cement, if so requested by the contractor in writing, material will be allowed

to be used before receipt of test results but this will be entirely at the risk and

cost of the contractor.

Page 21: AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY … · 2019-06-03 · 1 AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY DEPARTMENT E-TENDER NOTICE NO 2051 FOR 2019-20NAME OF WORK: Providing,

21

11. All the formwork used for construction shall be of steel or with lining of steel.

Wooden shutters may be allowed at the discretion of the Engineer in

charge/Chief officer for minor works.

12. Contractor shall have Cube Testing machine on site. Test cubes shall be tested

in front of Engineer in charge/Chief officer or his representative and a register

for it shall also be maintained.

13. RCC designer appointed by the Contractor shall visit and inspect the work at

various stages of construction and comply with the query of the department

without any extra cost.

14. SCOPE AND MEANING OF CONTRACT:

The term contract hereinafter used means and includes the notice for

invitation of tender, schedule ‘A’ i.e. schedule for departmental supply of

materials, schedule ‘B’ i.e. schedule of items to be executed under this

contract, general conditions, schedule of obligatory requirements, general and

detailed specifications all appendices drawing and any other documents

attached to the blank tender form issued to the contractor firm. These are

subject to any alterations and modifications carried out and agreed to before

the contract is finally decided and accepted by the Executive Engineer, Chief

Officer/Commissioner... The term contract and firms means the agency

entering into contract with the Executive Engineer, Chief

Officer/Commissioner.

The Ahmednagar AMC, an Government undertaking /urban local body of

Government of Maharashtra, has proposed to execute the following work

Providing, Lowering, laying and Jointing D.I.K-7 Pipeline for Shifting

Pipeline under Widening of National Highway Road from Chandani Chowk -

Patil Hospital - Swastik Chowk - Hotel Yash Palace

Page 22: AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY … · 2019-06-03 · 1 AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY DEPARTMENT E-TENDER NOTICE NO 2051 FOR 2019-20NAME OF WORK: Providing,

22

15. IMPORT LICENSE AND FOREIGN EXCHANGE :

In respect of the work on contractors own design, the contractor shall quote for the

indigenous equipment only. Foreign exchange and import license required by

the contractor if any shall have to be arranged by the contractor

independently. Department shall not take any responsibility in this regards.

Delay in getting any materials shall not be entertained for extension of time

limit of the contract.

16. ACQUITANCE WITH WORKS AND SITE CONDITIONS:

The contractor shall be deemed to have carefully examined the scope of work,

location and alignment of various components under this tender, site

conditions, the general conditions, the specifications, drawing availability of

material required etc. and has fully acquainted himself regarding all aspects of

works, if he shall have any doubt as to the meaning of any portion of the

tender papers. He shall set forth the particulars of the tender to the notice of

Executive Engineer, M.J.P/ Chief Officer/Commissioner, before submission of

tender and get the doubts cleared. Once the tender is submitted duly filled, he

shall be supposed to have accepted the conditions and specifications full and

interpretation of the conditions be entirely at the discretion of the competent

authority of the department.

17. OBSTRUCTIONS IN THE WORK :

All obstructions such as electric cables, telephone line, water and sewer mains,

manholes, natural drainage, culverts, storm water drains etc. corning in the

way shall be carefully looked after against any damages which otherwise will

have to be made good by the contractor at his own cost. Any work of removing,

repairing or remaking etc will be carried out by the contractor without any

extra claims for the same in contractor with the respective departments.

18. LAND FOR THE USE BY THE CONTRACTOR FOR STORING MATERIALS ETC. :

As far as possible the contractor shall be allowed to use the Municipal Land

without any charge, in possession of concern MJP/MC for stacking his materials,

stores, erection of temporary structures, sheds etc with prior written

permission of Executive Engineer, M.J.P/ Chief Officer/Commissioner.. The

location of the temporary structures to be erected shall be got approved from

the Executive Engineer MJP/Chief Officer/Commissioner and all the products

obtained after cutting the same shall be stacked at suitable place as directed

Page 23: AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY … · 2019-06-03 · 1 AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY DEPARTMENT E-TENDER NOTICE NO 2051 FOR 2019-20NAME OF WORK: Providing,

23

by Engineer in charge. All concern MJP/MC land occupied by the contractor for

temporary use shall be handed over back in good conditions to the entire

satisfactions of the concern MJP/MC. as and when demanded by him. Any

damage or alterations made in the area shall be made good by the contractor.

If the departmental land is not available the contractor has to make his own

arrangements of land on hire or otherwise at his own cost.

19. LABOUR CAMPS :

The contractor shall at his own expenses make all necessary provisions for land,

housing grains, water supply and sanitary arrangements etc for employees and

shall pay direct to the authorized concerned all rents, taxes and other charges.

The contractor shall also comply with all requirements of health department in

regard to maintenance of anti-epidemic conditions.

20. WORK THROUGH OTHER AGENCY IN THE SAME AREA :

The Executive Engineer, M.J.P/ Chief Officer/Commissioner. shall have the

right to execute the works, not included in this contract, but within the

premises occupied by the contractor for the purpose of this contract, through

any other agency.

21. SPECIFICATIONS

The wording of items in Schedule 'B' shall be taken as guidelines for general

provisions and coverage under the item. The detailed specifications for

relevant items shall be as per detailed specifications enclosed and as per

P.W.D. Hand Book, Standard Specifications, Relevant and latest editions of

IS.Code. The other standard, wherever quoted, shall be applicable. If the

standard specifications fall short for the items quoted in the Schedule of this

contract, reference shall be made to the latest Indian Standard Specifications,

IRC codes. If any of the items of the contract do not fall in reference quoted

above, the decision and specification as directed by the Executive

Engineer/Engineer in charge/Chief officer shall be final.

It is presumed that the Contractor has gone carefully through the standard

specification (Vol. I & II, 1981 edition) and the Schedule of rate of the Division,

and has also studied site conditions before arriving at rates quoted by him. The

special provisions and detailed specification of wording of any item shall gain

precedence over the corresponding contrary provisions (if any) in the standard

Page 24: AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY … · 2019-06-03 · 1 AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY DEPARTMENT E-TENDER NOTICE NO 2051 FOR 2019-20NAME OF WORK: Providing,

24

specification given without reproduction the details in contract. Decision of

Executive Engineer/Engineer in charge/Chief officer shall be final in case of

interpretation of specifications.

22. WATER AND ELECTRICITY

The contractor shall make his own arrangements at his own cost for water

required for construction and hydraulic testing as well as for labour camp. The

AhmadnagarMunicipal Corporation/council does not take any responsibility for

supply of water to contractor for construction or testing purposes during the

entire work. If water is supplied by MJP/Corporation/Council, Contractor shall

take connection at his cost and provide water meter on it. Water charges shall

be paid by contractor as per prevailing water rates to MJP/Corporation/Council

regularly every month. Power supply from MSEDCL if required for construction

of work as well as for labour camp will have to be arranged by the contractor

at his cost. MJP/MC does not take guarantee for continuous power supply at

site.

23. LINE OUT

The contractor shall himself carry out the line out of works in the presence of

the representative of the MJP/Corporation and the contractor shall be

responsible for accuracy of it. He shall employ a qualified Engineer for this

purpose as well as for supervision of works.

24. PROGRAMME AND PROGRESS SCHEDULE

The contractor shall furnish within 15 days from the date of work order a

progress schedule indicating the date of starting, quarterly progress expected

to be achieved and anticipated date of completion of each major item of the

work. The schedule should be capable of achievement towards completion of

whole work in the stipulated time.

i. The Contractor shall submit his own programme as per time limit

stipulated in the tender, in the form of Bar Chart which should give details

of milestones of physical stages of each sub work. Simultaneously with the

execution of the Contract Agreement, the Contractor shall submit to

The Engineer his item-wise monthly programme, which shall be nothing

but detailing of the programme,

ii. The programme shall also state the milestones of part commissioning and

part completion of the sub-work included in the tender. The

Page 25: AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY … · 2019-06-03 · 1 AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY DEPARTMENT E-TENDER NOTICE NO 2051 FOR 2019-20NAME OF WORK: Providing,

25

programme shall also provide the information as to required approvals

to drawings, samples, materials, equipments and their time of

submissions to the MJP/Corporation/Council. The progress shall be

submitted by the Contractor visa-a-vis programme every month. The

works team of the Contractor shall be so motivated to know the balance

work at the end of each week and the rate required in the balance period

to complete the work and therefore, shall endeavor to complete the task

assigned for each week timely. In case, where the updated and revised

schedule is required, the same shall be submitted to the owner for

approval.

If deviation exceeds 10% in scheduled programme, competent authority

has right to reject the tender of successful tenderer.

In the event of contractor failing to execute the work as per scheduled

programme submitted by him or in the event of unreasonable delay in the

part of contractor, he shall be liable to as compensation an amount at the

fixed rate subject to maximum amounting to 10% of the tender cost.

25. CHECKING QUALITY OF THE WORK :

The Engineer in charge should consider it necessary to satisfy himself to the

quality of work, the contractor shall at any time during continuance of the

contract period produce sample of work done or if necessary pull down a

responsible part of the work enough for such inspection and testing as the

Engineer in charge may direct. The contractor shall make good the same at his

cost and to the satisfaction of the Engineer in charge without extra cost.

26. CHANGES :

Any marginal and minor changes as may be found necessary by the Engineer in

charge during execution shall have to be carried out by the contractor without

extra cost.

Page 26: AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY … · 2019-06-03 · 1 AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY DEPARTMENT E-TENDER NOTICE NO 2051 FOR 2019-20NAME OF WORK: Providing,

26

27. INSURANCE OF WORKERS :

The successful tenderer should get the labour insurance done, on account of

risk involved within a month from the date of work order, failing which

Rs. ………..- will be withheld from the R. A. bills of the work and it will not be

refunded till labour insurance is done and a documentary evidence to this

effect is produced by the contractor. The successful contractor tenderer should

purchase insurance policy identifying the M.J.P./ Chief Officer/Commissioner

therein.

28. ARBITRATION

In case any dispute arises out during execution of works, no arbitrator shall be

appointed for redressal of the dispute. In this regard, decision of the Member

Secretary, , MJP Mumbai shall be final and remain binding on both parties.

29. INTENT AND INTERPRETATION OF CONTRACT DOCUMENTS

29.1 The contract documents are complementary and what is called for by

one is as binding as if called for by all. Any work that may be reasonably

inferred from the drawings or specifications as being required to produce the

intended result shall be provided by the contractor whether or not it is

specifically called for, in Schedule- 'B'.

The contractor shall furnish and pay for all labour, supervision, materials,

equipment, transportation, construction, equipment and machinery tools,

appliances, water, fuel, power, energy, light, heat, utilities, telephone,

storage, protections, safety provisions, and all other facilities like service,

incidentals, approaches to site etc any nature whatsoever necessary for the

satisfactory and acceptable execution, testing and completion of the work in

accordance with the contract documents, ready for use and operation by the

owner. The cost of all these arrangements shall be deemed to be included in

the contract offer and no separate payment shall be admissible thereof.

29.2 Interpretations

Written clarifications or interpretations necessary for the proper execution or

progress of the work, in the form of drawings or otherwise, will be issued with

reasonable promptness by the Engineer and in accordance with any schedule

Page 27: AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY … · 2019-06-03 · 1 AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY DEPARTMENT E-TENDER NOTICE NO 2051 FOR 2019-20NAME OF WORK: Providing,

27

agreed upon.

29.3 Drawings

Figured dimensions on drawings shall govern over scaled dimensions and

detailed drawings shall govern over general drawings. The Contractor shall

submit six sets of drawings according to the design.

29.4 Signed Drawings

Signed drawings alone shall not be deemed to be in order for work unless it

is entered in the agreement or schedule or drawings under proper attestation

of the Contractor and the Engineer or unless it has been sent to the

contractor by the Engineer with a covering letter confirming that the

drawing is an authority for work in the contract.

29.5 Technical Words

Work, materials or equipment described in words which so applied have a well-

known trade or technical meaning shall be deemed to refer to such recognized

meanings.

30. LANDS, CONDITION AND LAYOUT

30.1 Line out of the Work

30.2 Surveys and Measurements

The contractor shall carefully preserve all surveys as also setting out stakes,

reference points, bench marks and monuments. If any stakes, points or

benches be removed or destroyed by any act of the contractor or his

employees, they may be reset at the contractor’s expense. The contractor shall

supply without charge the requisite number of persons with the means and

materials necessary for the purpose of working survey, setting out works, and

counting, weighing and assisting in the measurement or examination at any

time and from time to time of the work or materials.

Page 28: AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY … · 2019-06-03 · 1 AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY DEPARTMENT E-TENDER NOTICE NO 2051 FOR 2019-20NAME OF WORK: Providing,

28

30.3 Contractor's Verification

The Contractor will establish at the work site a substantial B.M. and connect it

to a permanent B.M. available in the area with known value. The contractor

will then carry out necessary surveys and leveling, covering his work, in

verification of the survey data on the working drawings furnished by the

Engineer and he will be responsible for establishing the correct lines and

levels and verification of the lines and level furnished on the working

drawings. If any error has occurred in the work due to non-observance of

this clause, the contractor will be responsible for the error and bear the

cost of corrective work.

30.4Site Office

The Contractor shall construct at his cost a semi-permanent nature site office

with minimum of 20 Sq.m area and shall be provided with minimum two tables,

two almaries, six Nos of chairs. The office and the furniture shall be provided

and maintained by the contractor throughout the contract period at his cost.

The use of the site offices shall be adequate size to accommodate the

inspecting Engineers of MJP/IRMA/any other inspection committee/agency

appointed by the Government of India/Maharashtra/Collector/Municipal

Administration to discuss and review progress of work. No extra payment will

be made on this account.

The site office shall be provided at all the conspicuous structures to be

constructed/components to be executed.

31. SECURITY DEPOSIT AND INDEMNITY BOND

31.1 Security Deposit

The security deposit shall be returned to the contractor without any

interest when the contractor ceases to be under any obligation under the

contract. This shall be read with Clause No.1 and 20 of B-1 Form for Security

Deposit and Defect Liability Clause respectively.

31.2Loss or Damage Indemnity Bond

The contractor shall be responsible during the progress as well as maintenance

for any liability imposed by law for any damage to the work or any part thereof

or to any of the materials or other things used in performing the work or for

Page 29: AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY … · 2019-06-03 · 1 AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY DEPARTMENT E-TENDER NOTICE NO 2051 FOR 2019-20NAME OF WORK: Providing,

29

injury to any person or persons or for any property damaged in or outside the

work limit. The contractor shall indemnify and hold the owner and the

Engineer harmless against any and all liability, claims, loss or injury,

including costs, expenses, and attorney's fees incurred in the defense of

same, arising from any allegation, whether groundless or not, of damage or

injury to any person or property resulting from the performance of the work or

from any material used in the work or from any condition of the work or work

site, or from any cause whatsoever during the progress and maintenance of

the work.

32. SUPERVISION AND SUPERINTENDENCE

32.1 SUPERVISORY STAFF :

The contractor shall have experienced technical qualified general supervisor

for the work, who is capable of managing and guiding the work and also

capable of understanding the instructions given to him by the Engineer in

charge from time to time and shall be responsible to carry them out promptly.

The contractor shall have during working hours, supervisor of sufficient

training and experience to supervise the various items and operations of the

work. Further, the Engineer in charge may notice, desire contractor high

ranking member to be present on any specified date, the contractor shall

comply with such directions Contractor's Supervision

The contractor shall supervise and direct the works efficiently and with his best

skill and attention. He shall be solely responsible for means, methods,

techniques, procedures and sequences of construction. The contractor shall co-

ordinate all parts of the work and shall be responsible to see that the finished

work complies fully with the contract documents, and such instructions and

variation orders as the Engineer may issue during the progress of the works.

32.2 Agent

The Contractor shall keep on the work at all times during its progress a

competent resident agent preferably a qualified and experienced Engineer,

capable of managing and guiding the work and understanding the specifications

and contract conditions. For this purpose the contractor shall communicate to

the Department, name, qualification and experience of such Engineer to be

appointed for execution of this work. The agent appointed by the contractor

Page 30: AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY … · 2019-06-03 · 1 AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY DEPARTMENT E-TENDER NOTICE NO 2051 FOR 2019-20NAME OF WORK: Providing,

30

shall not be replaced without ten (10) days written notice to the Engineer

except under extra-ordinary circumstances. The agent shall be the

Contractor's representative at the site and shall have authority to act on behalf

of the contractor. All communications, instructions and directions given to the

agent shall be binding as if given to the Contractor by the Engineer not

otherwise required to be in writing will be given or confirmed in writing upon

request of the Contractor. or in work-order book

33. CARE AND USE OF SITE

The Contractor shall not commence operations on land allotted for work

without prior approval of the Engineer. If these lands are not adequate the

Contractor may have to make his own arrangements for additional lands

required for his use. The contractor shall not demolish, remove or alter any of

the structures, trees or other facilities on the site without prior approval of

the Engineer. All the area of Contractor's operations shall be cleared before

returning them to the Engineer.

34. OVERLOADING

No part of the work or new and existing structures, scaffolding, shoring,

sheeting, construction machinery and equipment, or other permanent and

temporary facilities shall be loaded more than its capacity. The Contractor

shall bear the cost of correcting damage caused by loading or abnormal stresses

or pressures.

35. USE OF EXPLOSIVES

The Contractor shall comply with the laws, ordinances, regulations, codes,

orders, other governing the transportation, storage and use of explosives,

shall exercise extreme care not to endanger life or property and shall be

responsible for all injury or damage resulting from the use of explosives for

or on the work.

36. MANUFACTURER'S INSTRUCTIONS

The Contractor shall compare the requirements of the various

manufacturer's instructions with requirements of the contract documents,

shall promptly notify to the Engineer in writing of any difference between

such requirements and shall not proceed with any of the works affected by

such difference shall until an interpretation or clarification is issued

Page 31: AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY … · 2019-06-03 · 1 AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY DEPARTMENT E-TENDER NOTICE NO 2051 FOR 2019-20NAME OF WORK: Providing,

31

pursuant to article.

The contractor shall bear all costs for any error in the work resulting from

his failure to the various requirements and notify the owner of any

such difference.

37. PROTECTION

The contractor shall take all precautions and furnish and maintain protection to

prevent damage, injury or loss to other persons who may be affected thereby.

All the works and all materials and equipment to be incorporated therein

whether in storage or on the site, under the care, custody or control of

the contractor or any of his sub-contractors and other improvements and

property at the site or where work is to be performed including building, tools

and plants, pole lines, fences, guard rails, guide posts, culvert and works

markers, sign structures, conduits, pipelines and improvements within or

adjacent to streets, right-of-way, or easements, except those items required

to be removed by the Contractor in the contract documents. The

Contractors protection shall include all the safety precautions and other

necessary forms of protection, and the notification of the owners of utilities

and adjacent property.

The contractor shall protect adjoining site against structural, decorative and

other damages that could be caused by the execution of works and make good

at his cost any such damages that could be caused by the execution of

works and make good at his cost any such damages.

38. UTILITIES AND SUB-STRUCTURES

Before commencing any excavations, the Contractor shall investigate,

determine the actual locations, and protect the indicated utilities and

structures, shall determine the existence, position and ownership of other

utilities and substructures in the site or before the work is performed by

communication with such property owners, search of records, or otherwise

and shall protect all such utilities and substructures.

38.1 Restoration and Repair

Except for those improvements and facilities required to be permanently

removed by the contractor, the contractor shall make satisfactory and

acceptable arrangements with the appropriate owners, and shall repair,

restore all improvements, structures, private and public roads, property,

Page 32: AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY … · 2019-06-03 · 1 AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY DEPARTMENT E-TENDER NOTICE NO 2051 FOR 2019-20NAME OF WORK: Providing,

32

utilities and facilities disturbed, disconnected, or damaged as a result or

consequence of his work or the operations of those for whom he is

responsible or liable, including that caused by trespass of any of them, with

or without his knowledge or consent, or by the transporting of workmen,

material or equipment to or from the site.

39. WORKMEN

The contractor shall at all times enforce strict discipline and good order

among his employees and shall not employ on the works any unfit person or

anyone not skilled and experienced in the assigned task. The Contractor shall

in respect of labour employed by him comply with or cause to be complied

with the provisions of various labour law and rules and regulations as

applicable to them in regard to all matters provided therein and shall

indemnify the owner in respect of all claims that may be made against the

owner for non-compliance thereof by the Contractor.

In the event of the contractor committing a default or breach of any provisions

of labour laws and rules and regulations, the Contractor shall without prejudice

to any other liability under the acts pay the owner a sum as decided by the

engineer.

39.1 Work during Night or On Sundays and Holidays

Unless otherwise provided, none of the permanent works shall be carried out

during night, Sunday or authorized holidays without permission in writing.

However, when work is unavoidable or necessary for the safety of life,

priority of works, the Contractor shall take necessary action immediately

and intimate the Engineer accordingly.

39.2 Workmanship

The quality of workmanship produced by skilled knowledgeable and

experienced workmen, machines and artisans shall be excellent. Particular

attention shall be given to the strength appearance and finish of exposed work.

40. MATERIALS AND EQUIPMENT

All materials and equipment incorporated in the work shall be new. Materials

and equipment not covered by detailed requirements in the contract

documents shall be of the best commercial quality suitable for the purpose

intended and approved by the owner prior to use in the work.

Page 33: AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY … · 2019-06-03 · 1 AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY DEPARTMENT E-TENDER NOTICE NO 2051 FOR 2019-20NAME OF WORK: Providing,

33

40.1 Optional Materials

Only one brand, kind or make of material or equipment shall be used for each

specific purpose through-out the works, notwithstanding that similar material

or equipment of two or more manufacturers or proprietary items may be

specified for the same purpose

41. USE OF APPROVED SUBSTITUTIONS OR EQUALS

The contractor shall bear all extra expenses resulting from providing or using

approved substitutions or equals where they affect the adjoining or related

work, including the expenses of required engineering, redesigning,

drafting and permits where necessary, whether the Engineer's approval is

given after receipt of tenders.

42. LAWS AND REGULATIONS

43. Governing Law

The contract documents shall be governed by the laws and by-laws of India, the

State of Maharashtra and the local bodies in this region.

44. Resolving the disputes:

In case of disputes, between a Contractor and M.C./MJP, the decision of the

C.O./Commissioner/Chief Engineer shall be final and binding. In case of any

further dispute, the decision of Secretary UDD-2 / Member Secretary MJP or

any other person appointed by the Secretary UDD-2 will be final.

45. BURRIED AND CONCEALED WORK

The contractor shall help in recording the precise location of all piping,

conduits, ducts cables and like work that is buried, embedded in concrete or

masonry, or concealed in wood or metal frame walls and structures at the

time such work is installed and prior to concealment. Should the contractor

cover such buried or work before such recording takes place, he shall

uncover the unrecorded work to the extent required by the Engineer and

shall satisfactorily restore and reconstruct the removed work with no

change in the contract price or the contract time.

Page 34: AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY … · 2019-06-03 · 1 AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY DEPARTMENT E-TENDER NOTICE NO 2051 FOR 2019-20NAME OF WORK: Providing,

34

46. SAFETY PRECAUTIONS AND EMERGENCIES

Contractor's Responsibility for Safety

The contractor shall be solely responsible notwithstanding any

stipulations by owner or Engineer for initiating, maintaining and supervising all

safety precautions and programmes, in connection with the work and shall

comply with all laws, ordinance, code rules regulations and lawful orders of

any public authority having jurisdiction for the safety of persons or

property or to protect them from damages, injury or loss during the entire

contract period including non-working hours.

On the occurrence of an accident arising out of the works which result in

death or which is so serious as to be likely to result in death, the contractor

shall within one hour of such accident intimate in writing to the Engineer the

facts stating clearly and with sufficient details the circumstances of such

accidents and subsequent action taken by him. All other accidents on the

works involving injuries to the persons or property other than that of the

contractor shall be promptly reported to the Engineer clearly and with

sufficient details the facts of such accidents and the action taken by the

contractor. In all cases, the contractor shall indemnify the Engineer

against all losses or damages, resulting directly from the contractor's failure

to report in the manner aforesaid.

This includes the penalties or fines, if any payable by the owner as a

consequence of failure to give notice under Workmen's Compensation Act or

otherwise to conform to the provisions of the said Act in regard to such

accidents. In the event of an accident in respect of which compensation

may become payable by the contractor, such sum of money as may, in the

opinion of the Engineer, be sufficient to meet such liability will be kept in

deposit. On the receipt of award from the Labour Commissioner in regard to

the quantum of compensation, the difference in the amount will be adjusted.

It is obligatory that the contractor shall take an all Risk Insurance Policy for the

works and keep it in force throughout the work period.

47. WARNINGS AND BARRICADES

The contractor shall provide and maintain barricades, guards, guard rails,

temporary bridges and walkways, watchmen, headlights and danger signals

illuminated from sunset to sunrise and all other necessary appliances and

safeguards to protect the work, life, property, the public, excavations,

Page 35: AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY … · 2019-06-03 · 1 AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY DEPARTMENT E-TENDER NOTICE NO 2051 FOR 2019-20NAME OF WORK: Providing,

35

equipment and materials. Barricades shall be substantial construction and

shall be painted such as to increase their visibility at night. For any accident

arising out of the neglect of above instructions, the contractor shall be bound

to bear the expenses of defense of every suit, action or other legal

proceedings, at law, that may be brought by any person for injury sustained

owing to neglect of the above precautions and to pay all damages and costs

which may be awarded in any such suit, action or proceedings to any such

person or which may with the consent of the contractor be paid in

compromising any claim by any such person.

48. ENGINEER'S STATUS DURING CONSTRUCTION, AUTHORITY OF THE ENGINEER

The Engineer shall have the authority to enforce compliance with the

contract documents. On all questions relating to quantities, the

acceptability of materials, equipment, or works, the adequacy of the

performance of the work and the interpretation of the drawings and

specifications, the decision of the Engineer shall be final and binding and

shall be precedent to any payment under the contract agreement unless

otherwise provided in the contract documents. The Engineer shall have the

authority to stop the work or any part thereof as may be necessary to ensure

the proper execution of the work, disapprove or reject the works which is

defective, to require the uncovering and inspection or testing of the works

to require re-examination of the works, to issue interpretations and

clarifications, to order changes or alterations in the works, and other

authority as provided elsewhere in the contract documents.

The Engineer shall not be liable for the results of any ruling, interpretation or

decision rendered, or request, demand, instruction, or order issued by him

in good faith. The contractor shall promptly comply with requests, demands,

instructions and order from the Engineer.

The whole of the works shall be under the directions of the Engineer, whose

decision shall be final, conclusive and binding on all parties to the contract,

on all questions relating to the construction and meaning of plans, working

drawings, sections and specifications connected with the work. The Engineer

shall have the power and authority from time to time and at all times make

an issue such further instructions and directions as may appear to him

necessary or proper for the guidance of the contractor and the good and

Page 36: AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY … · 2019-06-03 · 1 AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY DEPARTMENT E-TENDER NOTICE NO 2051 FOR 2019-20NAME OF WORK: Providing,

36

sufficient execution of the works according to the terms of specifications

and the contractor shall receive, execute, obey and be bound by the same

according to the true intent and meaning thereof; fully and

effectually. Engineer may order any of the works contemplated thereby to be

omitted, with or without the substitution of any other works in lieu thereof, or

may order any works or any portion of works executed or partially executed, to

be removed, changed or altered and if needful, may order that other works

shall be substituted instead thereof and the difference of expenses occasioned

by any such diminution or alteration so ordered and directed shall be

deducted from or added to the amount of this contract.

49. DUTIES OF ENGINEER'S REPRESENTATIVE

The duties of the representative of the Engineer are to check, inspect and

continuously supervise the work and to test any materials to be used or

workmanship employed in connection with the works. He shall furnish the

drawings and information to the contractor, approve the contractor's drawings

subject to post-facto approval and signature of the Engineer-in-Charge,

recommend and approve the interim certificates and taking over certificates

after thorough checking and inspection and recommend extra work required

and extension of time.

Approval for or acceptance of any work or material or failure to disapprove

any work or material by the representative of the Engineer shall not

prejudice the power of the Engineer thereafter to disapprove such work of

material and to order removal or modification thereof. If the contractor shall

be dissatisfied with any decision of the representative of the Engineer, he shall

be entitled to refer the matter to the Engineer, who shall thereupon confirm,

reserve or vary such decision only in genuine cases.

The representative of the Engineer shall be liable to inform the Engineer

about the daily progress and compare it with the programme. He shall also

inform the contractor immediately about the log or lead in the progress than

the programme.

50. DEFECTS AND RECTIFICATION

For period specified in the Clause 20 of B.1 form for the defect liability

period for the individual type of work from the date of issuance of the

completion certificate in accordance with Condition "Final Inspection and

Page 37: AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY … · 2019-06-03 · 1 AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY DEPARTMENT E-TENDER NOTICE NO 2051 FOR 2019-20NAME OF WORK: Providing,

37

Acceptance" mentioned herein after, contractor shall remain liable for any of

the works or parts thereof or equipment and fittings supplied which in the

opinion of the Engineer fail to comply with the requirements of the contract or

are in any way unsatisfactory or defective except fair wear and tear. The

process of the assembly commissioning of all sections of pipe lines, tested

hydraulically in patches, will involve some additional measures such as shaft of

suitable height, fixing of air valves at more number of places on the alignment

and all such measures shall be done by the contractor.

To the intent that the works and each part thereof shall at or as soon

practicable after the expiry of the above period be taken over by the

Engineer in the condition required by the contract to the satisfaction of the

Engineer, the contractor shall finish the work (if any) outstanding at the date

of completion as soon as may be practicable after such date and shall execute

all such work of repair, amendment, reconstruction, rectification and making

good of defects imperfections, shrinkages or other faults as may during the

period of maintenance or after its expiry be required of the contractor in

writing by the Engineer as a result of an inspection made by or on behalf of

the Engineer prior to the expiry of the period. The contractor at his own

expenses shall carry out all such work if the necessity thereof shall in the

opinion of the Engineer and due to the use of materials or to neglect or failure

on the part of the contractor to comply with any obligation expressed or

implied on the contractors pat under the contract. If the contractor fails to

do any such work as entitled to carry out such work in which the contractor

should have carried out at the contractor's own cost, the Engineer shall be

entitled to recover from the contractor the cost thereof or may deduct the

same from the moneys that become due to the contractor. Notwithstanding

the aforesaid, if the contractor remains in default, one calendar month

after the Engineer has given written instructions in writing, the Security

Deposit shall become payable to the MJP/Corporation/Chief Officer who will

deduct the cost plus overhead expenses of such works as have been necessary

to rectify the contractor's default and the balance, if any, shall be disbursed.

The Contractor shall submit the operation and maintenance manual for the

fruitful operation of the works. The Contractor will have a liberty to visit the

operating works during the defect liability period and satisfy himself about

the on-going operations in case he do not visit and a defect is observed then

the Engineer's opinion shall be final and binding as to the application of

defect liability.

Page 38: AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY … · 2019-06-03 · 1 AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY DEPARTMENT E-TENDER NOTICE NO 2051 FOR 2019-20NAME OF WORK: Providing,

38

51. RIGHT TO WITHHOLD

The Engineer may refuse to approve to any payment, or because of

subsequently discovered evidence or the results of subsequent inspections or

tests, nullify any such payment previously approved and paid to such

extent as may be necessary in the opinion of the Engineer to protect him

from loss because (a). The work is defective, (b) Third party claims have

been filed or there is reasonable evidence indicating probable filing of

such claims, (c) of the Contractor's failure to make payment properly to sub-

contractors or for labour, materials or equipment, (d) of damage to another

Contractor, or to the property of other caused by the Contractor, (e) of

reasonable doubt that the work cannot be completed for the unpaid

balance of the contract price, (f) of reasonable indication that the work will

not be completed within the contract time, (g) of the Contractor's neglect or

unsatisfactory prosecution of the work including failure to clean up. Once the

provisions of law that enables or require the Engineer to withhold such

payments are removed, payment will be made for amounts withheld because of

them to the extent the contractor is entitled to payment.

52. FINAL INSPECTION AND ACCEPTANCE

Upon written notice from the contractor, that the entire work required

by the contract documents is complete and that all submittals required by

him are made, and after the Contractor has delivered the bonds, certificates

of inspection, guarantees, warranties, releases and other documents, as

required by the contract documents or by law, the Engineer will make a

final inspection, and he will notify the Contractor in writing of any

particulars in which this inspection reveals that the work is defective, and

will also notify the Contractor in writing of any deficiencies in the submittals

and the document required from him.

The Contractor shall promptly make such corrections as are necessary to

remedy all defects or deficiencies. After the Contractor has completed any

such corrections to the satisfaction of the owner, the Engineer will issue a

written completion certificate of the work and file any notice and

completion required by law or otherwise.

53. CONTINUING OBLIGATION OF THE CONTRACTOR

The Contractor's obligation to perform and complete the work in accordance

with the contract documents is and shall be absolute. Neither the

observation during construction and final inspection of the work by the

Page 39: AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY … · 2019-06-03 · 1 AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY DEPARTMENT E-TENDER NOTICE NO 2051 FOR 2019-20NAME OF WORK: Providing,

39

Engineer, nor any payment to the Contractor under the Contract documents,

nor any use or occupancy of the work or any part thereof by the Engineer, nor

any act of acceptance by the defective work by the Engineer shall

constitute acceptance of work not in accordance with the contract documents.

54. TAXES TO BE DEDUCTED AT SOURCE

During the course of contract period the deduction of Income Tax/Work

Contract Tax or any other Central/State or local tax required to be deducted at

source, will be made as per prevailing rules from the contractors bills and will

be remitted to the concerned Departments. Certificate for such deductions will

be issued by the Executive Engineer/Chief Officer.

55. RECORDS AND MEASUREMENTS

The Engineer shall except or otherwise stated therein, determine by

measurement the value in accordance with the contract of works done in

accordance therewith.

All items having a financial value shall be entered in a measurement book,

level book etc. as prescribed by the Engineer so that a complete record is

obtained of all work performed under the contract.

The Engineer ORhis authorized representative shall take measurements jointly

with the Contractor or his authorized representative. Before taking

measurement of any work the Engineer or the person deputed by him for the

purpose shall give reasonable notice to the contractor. If the contractor fails

to attend or send an authorized representative for measurement after such

notice or fails to countersign or record the objection within a week from the

date of measurement, then in any such event measurements will be taken by

the Engineer, or by the person deputed by him shall be taken to be correct

measurements of the works and shall be binding on the contractor.

There shall be absolutely no doubt regarding the measurements and

hence the contractor shall first arrange the exact branding of the alignment

length on site, and mark distinctly. All hidden measurements shall be

measured by steel tape, on the exact section as marked previously and depth

by the regular staff generally at an average interval of 30 m or suitable

interval decided by Engineer-in-Charge.

Page 40: AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY … · 2019-06-03 · 1 AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY DEPARTMENT E-TENDER NOTICE NO 2051 FOR 2019-20NAME OF WORK: Providing,

40

In case of difference of opinion in the measured quantity and the payable

quantity of any particular measurements, the contractor must know the

departmental practices developed as per the manuals and standard

specifications.

Normally only excavation will not be measured. When the pipes and specials

are laid in position, then only the excavation and other items will be measured.

The Contractor shall, without any extra charge, provide assistance with every

appliance and other things necessary for measurements, such as leveling

instruments (Auto setting), tapes, staffs, camera, paints, brushes and

required labour.

Measurements shall be signed and dated by both the parties each day (for

taking measurement) on the site on completion of measurements. The

Contractor shall take up still colour photographs at intervals during the

execution of works so that a history of development of the works is

maintained.

The dated photographs, in two copies, shall be submitted to the Engineer-in-

charge every time. No extra cost will be paid for this. This generation of

record shall provide the used methodology of working and highlight the quality

of material and workmanship. The cost of the said work shall be borne by the

Contractor. It shall be the property of the Pradhikaran/Municipal

Council/Corporation. and shall not be used for campaigning, advertising

without permission of the Pradhikaran/ Council/Corporation.

56. WRITTEN NOTICE

Written notice shall be deemed to have been duly served or delivered in

person to the individual or member of the firm or to an Engineer of the

contractor for whom it was intended, or if delivered at or sent by

registered or certified mail to the last business address known to him who

gives the notice. The notice on the Fax Message/ E-Mail shall be deemed to

have been duly served. The address given in the contractor's tender on

which all notices, letters and other communications to the contractor

shall be mailed or delivered, except that said address may be changed by

the Contractor by notifying the owner in writing. This shall not preclude the

Page 41: AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY … · 2019-06-03 · 1 AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY DEPARTMENT E-TENDER NOTICE NO 2051 FOR 2019-20NAME OF WORK: Providing,

41

service of any notice, letter or other communication upon the Contractor

personally.

57. USE OF COMPLETED PORTIONS

The owner shall have the right, upon written notice to the Contractor, to take

possession or occupancy of, and use any completed or partially completed

portions of the work, notwithstanding that the time for completing the entire

work or such portions may not have expired but such taking possession or

occupancy and use shall not deemed to waive of any requirement of the

contract documents or a waiver or acceptance of any work not completed in

accordance with the contract documents.

58. CLEANING UP

The contractor shall at all times during the work keep the site and premises,

adjoining property and public property free from accumulations of waste

materials, rubbish, and other debris resulting from the works, and at the

completion of the work shall remove all waste materials, rubbish and debris

from and about the site and premises as well as all tools, construction

equipment and machinery and surplus materials, and shall leave the site and

premises, clean, tidy and ready for occupancy by the owner. The Contractor

shall restore to their original condition those portions of the site not

designated for alteration by the contract documents paved ways, parking areas

and roadways disturbed by the construction shall be redone by filing the

excavation, if any, by sand compacted material and bringing it to its original

shape as directed and approved by the Engineer. No waste material shall be

buried or disposed off on the owner's property unless so approved in writing by

the Engineer-in-Charge. Before the Contractor applies for final inspection and

acceptance of the work, all items of work shall be complete, ready to operate,

and in a clean condition as determined by the Engineer.

59. OWNER'S RIGHT TO CLEAN UP

If the Contractor fails to satisfactorily clean up or if a dispute arises

between the Contractor or in several Contractors as to their responsibility

for cleaning up, the Engineer may clean up and charge the cost thereof to

the Contractor for his failure, or to the several contractors as the Engineer

shall determine to be just.

Page 42: AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY … · 2019-06-03 · 1 AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY DEPARTMENT E-TENDER NOTICE NO 2051 FOR 2019-20NAME OF WORK: Providing,

42

60. FOSSILS ETC.

All fossils, coins, articles of value of antiquity and structures or other remains

or things of geological or archaeological interest discovered on the site shall

be deemed to be the property of the owner and the Contractor shall take

reasonable precautions to prevent his workmen or any other person from

removing or damaging any such article or thing and shall immediately

upon discovery thereof and before removal acquaint the Engineer of such

discovery and carry out at the expenses of the Engineer's order as to the

disposal of the same.

61. LABOUR RULES

If demanded by Municipal Authorities, the contractor will have to produce

to the satisfaction of the accepting authority a valid and current license

issued in his favor under the provision of Contract Labour (Regulation and

Abolition) Act 1970, before starting the work, otherwise the Contractor shall

have to face the further consequences. The contractor shall have to comply

with the Apprentices Act 1961, and the rules and orders issued there under

from time to time. If he fails to do so, his failure will be breach of

contract and the Superintending Engineer, may in his discretion, cancel the

contract, the Contractor shall also be liable, for any pecuniary liability

arising on account of any violation of the provisions of this act, by him.

Salient features of some major labour laws/ Acts applicable to establishment

engaged will be as below.

a. Workman compensation Act 1923.

b. Payment of Gratuity Act 1972.

c. Employees PF and miscellaneous provisions Act 1952.

d. Maternity Benefit Act 1951.

e. Contract Labour (Regulations and Abolition) Act 1970.

f. Minimum Wages Act 1948.

g. Payment of Wages Act 1936.

h. Equal Remuneration Act 1979.

i. Payment of Bonus Act 1965.

j. Industrial Disputes Act 1947.

k. Industrial Employment (Standing orders) Act 1946.

l. Trade Union Act 1926.

m. Child labour act 1926.

n. Inter state Migrant Workmen's (Regulation of Employment and

Conditioned of

Services) Act 1979.

Page 43: AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY … · 2019-06-03 · 1 AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY DEPARTMENT E-TENDER NOTICE NO 2051 FOR 2019-20NAME OF WORK: Providing,

43

o. The Building and other construction works (Regulation of employment

and conditions of Services Act 1946 and the cess Act of 1996).

p. Factories Act 1948.

All the relevant law and act will be applicable for this work.

62. STATUTORY INCREASE IN DUTIES, TAXES ETC.

All the taxes and duties levied by the Central Govt., State Govt and by Local

Bodies at the prevailing rates applicable on the date of receipt of tender,

considering this contractor should quote his offer. Any increase in tax rates till

completion of work shall be fully borne by the Contractor and shall not be

reimbursed to him on any account.

63. INSPECTION, TESTING & FEES.

All material &equipment, irrespective whether specified or not, shall be

tested at manufacturer’s works laboratory and the Test Certificate thereof shall

be furnished. The test shall be witnessed by the Engineer-in-charge as well as

the third party designated by the Pradhikaran/ Council/Corporation.

64. MACHINERY REQUIRED

All machinery required for erection/execution purposes such as cranes, trucks,

etc. shall be arranged by the Contractor. Department shall not take any

responsibility for providing such machinery even on rental basis. No concreting

shall be permitted unless centering and reinforcement is approved by the

Engineer-in-Charge.

65. WORK ORDER BOOK

A well bound work order book shall be maintained on site and it shall be the

property of MJP/Corporation/Council and the Contractor/ his agent shall

promptly sign orders given therein by the Engineer in charge of Maharashtra

Jeevan Pradhikaran /Chief Officer/Commissioner. officials or his superior

officer, in token of having received them and comply them.This will be a

permanent record The compliance shall be reported by the contractor to the

Engineer in good time so that it can be checked. The blank work order book

Page 44: AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY … · 2019-06-03 · 1 AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY DEPARTMENT E-TENDER NOTICE NO 2051 FOR 2019-20NAME OF WORK: Providing,

44

with machine numbered pages will be provided by the

MJP/Corporation/Council free of charge for this purpose. The Contractor will

be allowed to copy out the instruction therein from time to time. He will not

record any remarks in the order book but may take up the matter recorded

therein.

66. DISCREPANCIES AND OMISSIONS

The tender drawings and specifications, shall be considered as

explanatory, of each other and together shall form the technical requirements

and stipulations of tender documents. Detailed drawings shall have

preference over small scale drawings. Similarly, detailed specifications shall

have preference over general specifications. Should any discrepancy arise as to

the meaning, intent or interpretation of any specification or drawing the

decision of the Engineer- in-charge shall be final and binding on the Contractor.

67. PRICE VARIATION - AUTHORITY

Price variation is not applicable to this tender.

68. NO INTEREST ON DUES

No interest shall be payable by the Pradhikaran/Corporation/Council on

amounts, due to contractors pending final settlement of claim. Further, no

interest shall be payable by Corporation/Council on any amount/payment.

69. Any recovery advised by the MJP/Ahmadnagar Municipal Corporation shall be

recovered from any bill or money retained from this contract. All the

recoveries either outstanding or dues under the contract or incidental there to

as determined may be, stand recoverable.

Secured Advance will be granted as per provisions made in MPW Manual and

MPW Account Code.

70. Mobilization Advance will not be granted.

71. The tenderer is entitled to avail exemption from central excise tax, to all items

of machinery, including instruments, apparatus and appliances, auxiliary

Page 45: AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY … · 2019-06-03 · 1 AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY DEPARTMENT E-TENDER NOTICE NO 2051 FOR 2019-20NAME OF WORK: Providing,

45

equipment and their components/parts required for setting up a water

treatment plants intended to treat water to make it fit for consumption of

humans or animals. Central excise duty will also be exempted on pipes of sizes

100 mm and above required for obtaining untreated (raw) water from its

source to the plant and for supplying the treated (potable drinking) water to

the storage place from which it would be further supplied for consumption of

humans or animals. The concession would be subject to the certification by the

Collector/District Magistrate/Deputy Commissioner of the District in which the

water treatment plant is to be set-up. To avail exemption on duty the tenderer

himself shall pursue the matter with different Government Departments. Any

co-operation in this regard will be extended to the tenderer. The tenderer shall

quote his offer taking into account above exemption which he may avail.

SPECIAL CONDITIONS

Page 46: AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY … · 2019-06-03 · 1 AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY DEPARTMENT E-TENDER NOTICE NO 2051 FOR 2019-20NAME OF WORK: Providing,

46

Ahmednagar Municipal Corporation

WATER SUPPLY DEPARTMENT

Name of work : Providing, Lowering, laying and Jointing D.I.K-7 Pipeline for

Shifting Pipeline under Widening of National Highway Road

from Chandani Chowk - Patil Hospital - Swastik Chowk - Hotel

Yash Palace

SPECIAL CONDITIONS

1) Payment against Excess quantities of various items.

Before making payment of excess quantities as per rules, the concerned

Executive Engineer/ Engineer in charge of Maharashtra Jeevan Pradhikaran

/Corporation/Council shall get himself satisfied regarding genuineness of the

claim and he should also exercise a compulsory check of minimum 10 % of

measurements for a particular item. Responsibility of informing the excess

quantities as per Schedule ‘B’ of the tender for approval of Competent

authority of Maharashtra Jeevan Pradhikaran /Corporation and also for

correctness of claim to be submitted in future shall rest with Junior Engineer, a

auditor and divisional Accountant also. While submitting the proposal for

approval, concerned authorities should consider the exact position of the

revised estimates, if necessary due to this excess.

For executing any quantity, the excess over the quantity specified in the

tender, the contractor should be authorized by the Executive

Engineer/Engineer in charge of Maharashtra Jeevan Pradhikaran/Corporation

in writing.

While asking the contractor to execute such excess quantity, the concerned

Executive Engineer/Engineer in charge of Maharashtra Jeevan

Pradhikaran/Corporation should inform the Contractor in writing specifically

that the payment in excess of quantities specified in the tender will be made

after following concerned prescribed rules.

Page 47: AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY … · 2019-06-03 · 1 AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY DEPARTMENT E-TENDER NOTICE NO 2051 FOR 2019-20NAME OF WORK: Providing,

47

2) General

The quoted rate shall be total rate for the completed item of work as per the

specification, and shall be inclusive of all incidental charges such as lifts, leads

for materials, water for construction etc. The rates for excavation are inclusive

of the edge of the excavation pit beyond foundation.

The tenderer must obtain on his own responsibility and his own expenses all

the information which may be necessary for the purpose of making a tender

and entering into a contract and must consider and satisfy himself with all local

conditions, sites and quarries means of accesses, the nature of rock, material

to be met with in all execution and all materials pertaining to work.

Specifications of item stipulated for other sub works shall be made applicable,

where relevant.

3) Outline of works

The work will be on the lines of plans attached to the tender documents. The

plans are however, liable to change and strata as shown there is approximate.

The item of work and their approximate quantities are given in schedule ‘B’ of

the tender. The quantities are approximate and are liable to vary on plus or

minus side.

4) Unit

The rates quoted for each item are for units mentioned in Schedule ‘B’ against

each item.

5) Site conditions

1. It shall be presumed that the Contractor has satisfied himself as to the

nature of the works, general and local conditions, particularly on those

bearings on transport handling, storage of materials, availability of

labour, weather conditions and has estimated the cost and quoted his

rates accordingly Executive Engineer, Maharashtra Jeevan

Pradhikaran/Engineer in charge of Corporation/Council will bear no

responsibility for lack of such acquaintance with site conditions and

consequences thereof.

2. Set of tender documents and conditions ( up to a maximum of three sets)

at the discretion of the Executive Engineer, Maharashtra Jeevan

Pradhikaran/Engineer in charge of Corporation/Council will be supplied to

the contractor after acceptance of tender.

Page 48: AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY … · 2019-06-03 · 1 AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY DEPARTMENT E-TENDER NOTICE NO 2051 FOR 2019-20NAME OF WORK: Providing,

48

6) Extras, Omissions and Discrepancies.

1. In all the cases of the omissions, doubts or discrepancies in the dimension in

the drawing and items of works, reference shall be made to the Executive

Engineer, Maharashtra Jeevan Pradhikaran/Engineer in charge of

Corporation/Council , whose elucidation and elaboration shall be considered

final.

7) Supply of material by the contractor.

7.1 The contractor should supply all the material mentioned in Schedule “B”. This

shall be conforming to relevant IS & approved MJP vendors.. All types of pipes,

valve and specials will be accepted only after due third party inspection and

satisfactory inspection by the third party inspection agencies appointed by the

MJP. (List of third party inspection agencies appointed is periodically circulated

by the MJP central office). The charges for the same shall be borne by the

contractor.

7.2 Other material such as cement, tor steel etc. shall be conforming to relevant

ISS testing charges for cement, steel shall be borne by the contractor. Ultra

Tech cement (Ultra tech) shall be preferably be used for water retaining

structures.

7.3 In case of item of supply of pipes, valves, specials etc., 60% amount of supplied

item will be paid to the contractor on receipt of material (after satisfactory

third party inspection), 25% amount will be released after lowering, laying,

jointing and remaining 15% amount will be released after satisfactory hydraulic

testing.

7.4 The contractor shall provide, at the site of work, satisfactory storage for not

less than one month’s average consumption of works and shall keep the cement

of storage and utilization of cement in the order of its arrival at the stores and

the contractor shall maintain satisfactory records, which would at any time

show the dates of receipt and proposed utilization of cement lying in the

storage.

7.5 The Executive Engineer, Maharashtra Jeevan Pradhikaran/Engineer in charge of

Corporation/Council shall at all the times have access to the stores and sites,

method of storage, records and securities provided by the contractor. The

contractor shall comply with instruction that will be given by Executive

Engineer, Maharashtra Jeevan Pradhikaran/Engineer in charge of

Corporation/Council , in this behalf.

7.6 The contractor shall further at all times satisfy the Executive Engineer,

Maharashtra Jeevan Pradhikaran/Engineer in charge of Corporation/Council on

demand any production of books, of submissions of returns in Performa as

Page 49: AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY … · 2019-06-03 · 1 AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY DEPARTMENT E-TENDER NOTICE NO 2051 FOR 2019-20NAME OF WORK: Providing,

49

directed, other proofs, that, the cement supplied is being used for the purpose

for which it is supplied and available to the Executive Engineer, Maharashtra

Jeevan Pradhikaran/Engineer in charge of Corporation/Council .

8 TIME OF COMPLETION OF WORK:-

If at any stage of work, it is found that the execution of work is not as per the

programme given in the Bar Chart, a fine shall be imposed on the contractor as

mentioned in the agreement form.

9. APPOINTMENT OF ARBITRATOR:-

In case of any disputes raised between contractor and Executive

Engineer/Engineer in charge during the course of contract regarding work,

there shall be no provision for the appointment of an Arbitrator. The decision of

the Member secretary MJP /secretary UDD2/Any other person appointed by

secretary UDD2 shall be held as valid and final. If the contractor files a case in

appropriate court, the action of withdrawing the work and allotting it to any

other agency shall be deemed to be continued as per the practice in vogue in

the larger interest of implementation of work in time and as per original time

schedule.

10. STRATA :

Strata for excavation are shown approximate based on trial pits and the

Contractor shall have no right to claim extra if there is variations in the strata.

The contractor will also have no claim if extra excavation is required to be

done due to boulders and the Contractor will have to make such extra

excavation good by filling the same by C.C. 1:3:6 (M-100) or by plum concrete

with 60% plum in C.C.1:3:6 maximum

11. CHANGE IN SITE:

No claims shall be paid on account of reasonable change in site, alignment or

orientation of the proposed work, within the work site marked on plan

attached to the tender as the circumstances may call for.

12. TOOLS AND PLANT:

All tools, instruments and machinery and all other materials (not included in

the Material Schedule 'A') shall be acquired by the Contractor. It is,

however, open to the Engineer to lend or supply to the Contractor implements,

machinery or other service not covered by the tender document which he can

be and may consider desirable. For such tools, instruments, machinery and

service provided, the Contractor will have to sign an agreement and pay

Security Deposit and rental charges as may be fixed by the Engineer.

Page 50: AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY … · 2019-06-03 · 1 AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY DEPARTMENT E-TENDER NOTICE NO 2051 FOR 2019-20NAME OF WORK: Providing,

50

13. EXCAVATED MATERIALS:

All excavated stuff shall be MJP/CORPORATION/Council s property and shall be

disposed off at lead and lift by the Contractor in a manner as directed by the

Engineer.

14. DAMAGES TO UNDER/ABOVE GROUND UTILITY

During the course of excavation and laying of the pipe line utmost care of existing

main, electrical and telephone cables and private water connections/sewage

connections shall be taken. Any damage to existing main electrical and

telephone cable and private water/ sewage connection, etc, occurs during the

course of execution, same shall be restored at the cost of the contractor. In

case the repairs are done by owner, the cost of such repair will be recovered

from the contractor.

Rates for all type of materials are inclusive of VAT and all taxes levied by

Central Government, State Government or local bodies.

Rates for supply of specials and valves are inclusive of excise duty (Central),

VAT, Third party inspection charges, storage charges, overhead charges and

transportation of materials up to site and stacking. Rates mentioned in the tender

are inclusive of all Central Govt, State Govt. and Local taxes, duties and cess etc.

15. Though the contractor is required to do refilling before hydraulic testing to

avoid traffic hurdle, no payment for refilling of the trenches of pipe line shall

be payable till satisfactory hydraulic testing is given. Re-excavation required if

any during testing shall be done by contractor at his own cost.

16. The works of cross connections to existing lines are to be arranged in such a

way as no major shutdowns are required to be taken and work should be

completed within minimum period of time, without interrupting the major

water supply in the area.

17. Activity in Bar chart and network diagram (CPM / PERT) shall be modified

regularly in case any activity could not be done in time due to some extra

ordinary reason. The same modified Bar Chart/Network diagram should be

submitted for approval of Engineer-in-Charge or competent authority of

Corporation, who will give approval after consultation with MJP.

Page 51: AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY … · 2019-06-03 · 1 AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY DEPARTMENT E-TENDER NOTICE NO 2051 FOR 2019-20NAME OF WORK: Providing,

51

18. Work shall be executed in stages as mentioned Government Resolution issued

by the Urban Development department on dated………..

19. INCENTIVE BONUS

As an encouragement to the early completion of the project an incentive bonus

will be payable to the contractor.

If contractor completes the work before scheduled time limit, he will be paid

incentive bonus at the rate of 0.5% of the initial contract value or revised

contract value whichever is less for every one month of early completion ahead

of the original completion period or revised completion period whichever is

less.

Maximum incentive payable shall not be more than 3% of the original value or

revised value whichever is less.

This incentive scheme shall not apply if extension to the original completion

period is required irrespective of on whose account (Owner or Contractor’s

account). Period less than a month will not reckoned for the incentive bonus

calculations.

20. All the bills in R A bill format shall be submitted to the MJP by the contractor.

The bills will be checked and scrutinized by MJP and will be submitted to the

ULB for Recording, Passing and Payment by the ULB.

21. The bills vetted and submitted by the PMC will be normally cleared and

payment will be released within a period of 15 days from the receipt of such

vetted bills by the ULB or executing agency as the case may be. Such payment

will be subject to availability of funds with the ULB or executing agency.

22. Extension of time limit will be granted by Executive Engineer MJP/Chief Officer

/Commissioner after obtaining approval/consent of competent authority of

MJP/Municipal Corporation/Municipal Council.

Page 52: AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY … · 2019-06-03 · 1 AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY DEPARTMENT E-TENDER NOTICE NO 2051 FOR 2019-20NAME OF WORK: Providing,

52

INSTRUCTIONS TO TENDERER

Page 53: AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY … · 2019-06-03 · 1 AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY DEPARTMENT E-TENDER NOTICE NO 2051 FOR 2019-20NAME OF WORK: Providing,

53

Ahmednagar Municipal Corporation

WATER SUPPLY DEPARTMENT

Name of work : Providing, Lowering, laying and Jointing D.I.K-7 Pipeline for

Shifting Pipeline under Widening of National Highway Road

from Chandani Chowk - Patil Hospital - Swastik Chowk - Hotel

Yash Palace

INSTRUCTIONS TO TENDERER

1. AWARD CRITERIA

The Owner will award the contract to the successful bidder whose bid has

been determined to be substantially responsive and has been determined as

the lowest evaluated bid, provided further that the Bidder is determined

to be qualified to perform the contract satisfactorily. The tender will be

awarded after bid evaluation report approved by the appropriatecompetent

authority.

2. ACCEPTANCE OF THE TENDER

2.1 The acceptance of the tender rests with the appropriate competent authority.

The right to reject any or all the tenders without assigning any reason thereof

is reserved by appropriate competent authority. . The tenderer whose tender

is accepted will have to enter into regular agreement in the type and form

prescribed in the tender and abides by all the rules embodied therein, cost of

agreement etc. should also be borne by the tenderer.

2.2 No corrections, additions or alterations in the tender document shall be made.

No special stipulations in the tender document shall be permitted.

2.3 The tender shall be liable to be rejected outright if while submitting the same.

i) The Tender is not submitted on E-tendering portal specified in the

Tender Notice.

ii) The Tenderer proposes any conditions and alterations in the obligatory

conditions of the tender.

iii) Any of the pages of the tender is removed/replaced or spoiled badly.

iv) If the offer in words and in figures is not filled in appropriate place of

B.1 Form.

v) If the specified Earnest Money in specified form is not paid.

vi) Any erasures are made in the tender documents.

Page 54: AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY … · 2019-06-03 · 1 AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY DEPARTMENT E-TENDER NOTICE NO 2051 FOR 2019-20NAME OF WORK: Providing,

54

vii) The tenderer or in case of firm or company authorized person does not

sign the tender documents in the place provided for the purpose, in B.1

Tender form.

2.4 If the tendering contractors are a firm or company, they shall in their

forwarding letter should mention the names of all the partners of the firm

or the company as the case may be and the names of the partners who

hold the power of attorney authorizing him to conduct transactions on behalf

of the Company/Firm.

2.5 Rules and conditions of the contract are subject to amendment till the time of

acceptance of tender.

2.6 The notes and conditions stipulated in this notice will form a part of the

agreement.

3.0 SIGNING OF CONTRACT

At the same time as the Owner notifies the successful Bidder that the bid has

been accepted, the Owner will send the Bidder an acceptance letter

informing the Bidder, the further necessary line of action including signing of

contract etc.

4.0 FOR SPECIAL ATTENTION OF TENDERER

The tenderer is expected to visit the site before quoting the tender and

get himself acquainted with the site conditions and site requirements.

The contracting firm shall study the site and general conditions in respect of

approaches, labour, water supply, climate, quarries and the data included in

the tender papers and get verified from the actual inspection of site etc.

before submitting the tender. In case of any doubt about any item or data

included in the tender or otherwise, it shall be got clarified by applying in

writing to the tender inviting authority at least 3 days before the date of pre-

tender conference. Once the tender is submitted, it shall be concluded with all

the details required for completing the work as per tender conditions and

specifications.

Responsibility of Departmental staff will be nominal and limited to extending

all possible help in solving local problems for obtaining permission, obtaining

power supply etc.

Page 55: AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY … · 2019-06-03 · 1 AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY DEPARTMENT E-TENDER NOTICE NO 2051 FOR 2019-20NAME OF WORK: Providing,

55

5.0 LOCAL ROADS

The existing public roads that are near the site of work are shown in Drawing

accompanying the Tender documents. The contactor may contruct and

maintains additional roads as required at his own expenses.

6.0 MEDICAL AND SANITARY ARRANGEMENT TO BE PROVIDED FOR LABOUR

EMPLOTED IN THE CONSTRUCTION BY THE CONTRACTOR

a) The contractor shall provide an adequate supply of pure and wholesome

water for the use of labourers on works and in camps.

b) The contractor shall construct trenches, semi permanent latrines for the

use of labourers , Separate latrine shall be provided for men and women.

c) The contractor shall construct sufficient number of huts on a suitable plot

of land for use of the labourers according to the following specifications.

i) Hut of Bomboobs and Grass may be constructed.

ii) A good site not liable to submergence shall be selected on high ground

remote from jungle but well provided with trees shall be chosen

wherever it is available. The neighborhood of land, jungle s trees or

woods should be particularly avoided . Camp should not be established

close to large cutting of earth work.

iii) The lines of huts shall have open space of at least 10 meters between

rows. When a good natural site is not available in this case. Particular

attention should be given to the drainage.

iv) There should be no over crowding , floor space at the rate of 3 sqm.

(30 sq.ft) per head shall be provided . Care should be taken to see

that the huts are kept clean and in good order.

v) The contractor must find his own land and if he wants Govt. land he

should apply for it. Assessment for it if demanded will be payable by

contractor. However the department does not bind itself for making

available the required land.

d) The contractor shall construct a sufficient number of bathing places.

Washing places should also be provided for the purpose of washing clothes.

e) The contractor shall make sufficient arrangement for draining away the

surface and sullage water as well as water from the bathing and washing

places and shall dispose off this waste water in such a way as not to cause

any nuisance.

Page 56: AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY … · 2019-06-03 · 1 AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY DEPARTMENT E-TENDER NOTICE NO 2051 FOR 2019-20NAME OF WORK: Providing,

56

f) The contractor shall engage a medical officer with a traveling dispensary for

a camp containing 500 or more persons, If there is no Govt. Or other private

dispensary situated within 8 kilometers from the camp. In case of

emergency the contractor shall arrange at his cost free transport for quick

medical help to his sick workers.

g) The contractor shall provide the necessary staff for erecting the satisfactory

conservancy and cleanliness of the camp to the satisfaction of the Engineer-

In-Charge. At least one sweeper per 200 persons should be engaged.

h) The Assistant Director of Public Health shall be consulted before opening a

labour camp and his instructions on matters such as Water Supply, sanitary,

convenience for the camp site accommodation and food supply be followed

by the contractor etc.

i) The contractor shall make arrangement for all antimalarials measures to be

provided for the labours employed on the work. The anti measures shall be

as directed by Assistant Director of public health.

j) In addition to above all provisions of the relevant labour Act pertaining to

basic amenities to be provided to the labourer shall be applicable which will

be arranged by the contractor.

7. MISCELLANEOUS

7.1 For providing electric wiring or water ling etc. Recesses shall be provided if

necessary through walls, slabs, beams, etc. and later-on refilled it who out any

extra cost.

7.2 In case it becomes necessary for the due fulfillment of contractor for the

contractor to occupy land outside the department, limits the contractor will

have to make his own arrangements with the land owners and pay such rents if

any, which are payable as mutually/agreed between them.

7.3 The contractor shall duly comply with provisions of the Apprentices Act 1961

(III of 1961) and the rules and order made there under from time to time under

the said rules and on this failure or neglect to do so he shall subject to all the

liabilities and penalties provided by the said Act and Said Rules.

7.4 It is presumed that the contractor has gone carefully through the standard

specification (Vol I and II 1981 edition) and the schedule of rates of the

Division, and studies of site condition before arriving at rates quoted by him.

The special provisions and detailed specification of wording of any item shall

gain precedence over the corresponding contrary provisions (if any) in the

standard specification given without reproducing the details in contract.

Decision of Engineer in charge shall be final in case of interpretation of

specification.

Page 57: AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY … · 2019-06-03 · 1 AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY DEPARTMENT E-TENDER NOTICE NO 2051 FOR 2019-20NAME OF WORK: Providing,

57

7.5 If the standard specifications fall short for the items quoted in the schedule of

this contract, reference shall be made to the latest Indian standard

specifications, I.R.C. code, if any of the item of this contract do not fill in

reference quoted above the decision and specification as directed by the

Engineer-In –Charge. Shall be final.

7.6 The stacking and storage of building materials at site shall be in such a manner

as to prevent deterioration or inclusion of foreign material and to ensure the

preservation of the quality. Properties and fitness of the work. Suitable

precautions shall be taken by contractor to protect the materials against

atmospheric action, fire and other hazards. The materials likely to be carried

away by wind shall be stored, in suitable stores or with suitable barricades and

where there is likelihood of subsidence of soil, heavy ,materials shall be stored

on paved platforms. Suitable separation barricades and enclosure as directed

shall be provided to separate materials brought by contractor and material

issued by Govt. To contractor under Schedule- A. Same applies for the

materials obtained from different source of supply.

8.0 HANDING OVER OF WORK

All work and material before taken over by Maharashtra Jeevan

Pradhikaran/Municipal Council/Corporation will be entire responsibility of the

contractor for guarding, maintaining and making good, any damage of any

magnitude. Interim payments made for suck work will not alter this position.

The handing over by the contractor and taking over by the Executive

Engineer/Engineer in charge or chief Officer or his authorized agent will be

always in writing, copies of which will go to the Executive Engineer, signed by

authorized representative of Maharashtra Jeevan Pradhikaran/Municipal

Council/Corporation and the contractor. It is however understood that before

taking over of such work Maharashtra Jeevan Pradhikaran/Municipal

Council/Corporation will not put the system into its regular use, casual or

incidental one, except as specifically mentioned elsewhere in this contract or

mutually agreed to.

Page 58: AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY … · 2019-06-03 · 1 AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY DEPARTMENT E-TENDER NOTICE NO 2051 FOR 2019-20NAME OF WORK: Providing,

58

ACQUAINTANCE WITH SITE CONDITIONS

AND WORK CONDITIONS

Page 59: AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY … · 2019-06-03 · 1 AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY DEPARTMENT E-TENDER NOTICE NO 2051 FOR 2019-20NAME OF WORK: Providing,

59

AhmednagarMuncipal Corporation WATER SUPPLY DEPARTMENT

NAME OF WORK :Providing, Lowering, laying and Jointing D.I.K-7 Pipeline for

Shifting Pipeline under Widening of National Highway Road from Chandani Chowk

- Patil Hospital - Swastik Chowk - Hotel Yash Palace ednagar

ACQUAINTANCE WITH SITE CONDITIONS

AND WORK CONDITIONS

1. The Contractor shall study the site conditions, general conditions and data

included in the tender papers and get it verified from actual inspection of the

site etc. before submitting the tender. In case of doubts about any items or

data included in this tender or otherwise, it shall be got clarified by applying in

writing to the Executive Engineer/Engineer in charge /Commissioner/Chief

officer, 15 days in advance before date of submission of the tender. Once the

tender is submitted, it shall be considered that the Contractor has verified and

made himself conversant with all the details as required for quoting the rates

and completing the work as per tender conditions and specifications.

2. Contractor shall not sell or otherwise dispose off or remove except for the

purpose of this contract, the rubble, stone metal, sand or other material which

may be obtained from any excavation made for the purpose of the contract. All

such materials shall be MJP/Council/Corporation's property and shall be

disposed off in the manner and at place as may be directed by the Engineer-in-

charge. Contractor may with the permission of the Engineer-in-charge in

writing and when directed by him, use any of the materials free of cost.

3. Other unforeseen items to be done in the course of work will have to be done

by the Contractor as per specifications in P.W.D. Hand book volume I and II and

will be paid at mutually agreed rates, ISS and standard practice in vogue.

Extra charge of claims in respect of extra work shall not be allowed unless the

work to which they relate are in the spirit and meaning of the specifications or

unless such works are ordered in writing by the Engineer-in-charge and claimed

for in the specified manner before the work is taken in hand.

Page 60: AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY … · 2019-06-03 · 1 AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY DEPARTMENT E-TENDER NOTICE NO 2051 FOR 2019-20NAME OF WORK: Providing,

60

MATERIALS:

4. The Contractor shall make his own arrangements for obtaining rubble, khandki,

headers, metal, sand, murum etc. from MJP/Council/Corporation or private

quarry. Applications of the Contractor for reasonable area of Government land

required for this purpose can be recommended to Revenue Authorities without

any guarantee of making the land for quarry available.

All the materials involved in the construction shall be of best quality and

specifications and shall be got approved from the Engineer-in-charge before

use. If necessary, materials shall be got tested from the Laboratory at his cost.

Samples requiring approval shall be submitted by the Contractor to the

Engineer-in-charge in good time before the use of each material. The samples

shall be properly marked to show the name of the materials place.

5. The Contractor shall provide all labour, skilled as well as unskilled, pages, lime,

strings, site-rails (wooden as well as Steel etc.) as and when required as per

approved design and make available such other materials for surveying, lining

out, setting out, checking of work, taking measurements, testing of hydraulic

and other structures, without any payment by the MJP/Council/Corporation to

him. He will also provide proper approach and access to all his works and stores

without any extra cost over tendered rates for the items to be inspected.

6. Rates quoted include clearance of site (prior to commencement of work and its

closure) in all respects and hold good for work under all conditions of sites,

moisture, weather etc.

7. Failure to comply with any of the above instructions will result in the

Pradhikaran/Council/Corporation's doing the needful at the risk and cost of the

contractor. These conditions are for all items and as such no extra payment

shall be made for observing these conditions.

8. The contractor shall make his own arrangements for quarrying of rubble, stone,

murum, sand, lime, metal etc.

9. Overburden in a quarry will have to be removed by the contractor at his own

cost.

10. Unless a separate item is provided in Schedule 'B' minor dewatering of

foundations in excavation and during the construction of foundation Masonry if

required shall be done by the Contractor without claiming extra cost.

Page 61: AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY … · 2019-06-03 · 1 AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY DEPARTMENT E-TENDER NOTICE NO 2051 FOR 2019-20NAME OF WORK: Providing,

61

11. Masonry shall be kept wet for atleast 15 days and concrete work shall be kept

wet for atleast 21 days commencing from the date of its final laying in position.

In case during execution curing is found inadequate it will be carried out

MJP/Council/Corporation’s and the cost thereof shall be recovered from the

contractor. The contractor shall make his own arrangements for getting water

at site at his own cost.

12. The proportions of cement concrete specified in the Schedule ‘B’ are nominal

and are only an indication of approximate proportion of cement, fine aggregate

and coarse aggregate which may have to be altered suitably at site to obtain

the desired strength and workability. However quantity of cement shall not

be less than the one specified below.

NOMINAL MIX:

1:11/2:1 (M-300) 9.00 bags/one cum of cement concrete

1:1:5: 3 (M-200) 7.90 bags/one cum of cement concrete

1:2:4 (M-150) 6.30 bags/one cum of cement concrete

1:3:6 (M-100) 4.40 bags/one cum of cement concrete

1:4:8 (M-80) 3.40 bags/one cum of cement concrete

In case of major items of concrete for R.C.C. works, the Contractor shall

prepare test blocks as per I.S. specifications for testing its tensile and

compressive strength at his own cost. These block will be tested in any of the

Government Test Laboratories at the cost of the Contractor. The number of test

blocks, frequency etc. shall be directed by Engineer-In-Charge.

13. DAMAGE BY FLOODS OR ACCIDENT:

The Contractor shall take all precautions against damage by floods and

from accidents. No compensation will be allowed to the contractor for his

plant, material and work etc. Lost or damaged by floods or from other causes.

The Contractor shall be liable to make good any part of material which is in

charge of the Contractor and which is lost or damaged by floods or from any

other cause. If the work executed is damaged, trenches filled due to any

reason, Contractor shall have to make it good at his cost only.

14. SUPPLY OF RATE-ANALYSIS IN CASE OF EXTRA ITEMS

In case of the EIRL the Contractor shall supply Rate Analysis based on labour

and material in case he is called upon to do so.

Page 62: AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY … · 2019-06-03 · 1 AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY DEPARTMENT E-TENDER NOTICE NO 2051 FOR 2019-20NAME OF WORK: Providing,

62

15. WATER REQUIRED FOR CONSTRUCTION :-

The Contractor has to make his own arrangements at his cost for water

required for construction, testing, filling, structures, etc. either from local

bodies or from else where, by paying the charges directly and arranging tankers

etc. as per necessity. No claim for extra payment on account of non-availability

of water nearby, or extra lead for bringing water shall be entertained. All

required piping arrangements and pumping if required for water shall be made

by the Contractor at his cost.

If Contractor fails to pay the water charges to local bodies or private parties

these shall be recovered by the MJP/Council/Corporation from his bills. In case

MJP/Council/Corporation 's water supply is available, a connection at a suitable

place may be sanctioned but all further arrangements of pumping if required,

piping etc. shall be done by the Contractor at his cost, and water charges in

such a case, shall be paid by the Contractor at the rates as decided by the

Executive Engineer/Engineer in charge /Commissioner/Chief officer, which

shall be final and binding on the Contractor.

Whenever Schedule ‘B’ provides for any dewatering item, payment shall be

admissible under that item, but apart from that item no extra claims for

dewatering required for executing various tender items, and for executing such

items in wet condition shall be entertained as all these expenses are deemed

to be included in the dewatering item.

16. LEADS AND LIFTS :-

Unless otherwise specifically mentioned in the tender item, the tendered rate

for all items in tender shall cover all lifts and leads encountered for the

executions of the work as directed.

17. Unless otherwise specifically provided for in the tender or a separate item is

provided in Schedule 'B', all the sides of excavated trenches after the work is

completed or in progress are to be filled by the Contractor to the original

ground level from excavated stuff at no extra cost to the

Pradhikaran/Council/Corporation ,

18. Unless otherwise specifically mentioned in tender items, the net dimensions of

RCC or CC members actually cast are only admissible for payment under RCC or

Plain CC items. No increase in dimensions due to plastering or finishing shall be

admissible for payment under RCC or plain CC items.

Page 63: AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY … · 2019-06-03 · 1 AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY DEPARTMENT E-TENDER NOTICE NO 2051 FOR 2019-20NAME OF WORK: Providing,

63

19. No claims for any desilting of trenches, foundation etc. filled due to floods,

untimely rains, or any other reasons whatsoever shall be entertained and

Contractor shall have to do this desilting operation together with dewatering

operations entirely at his cost.

20. Electricity supply required for construction of work/labour camp, etc. shall be

arranged by the contractor at his own cost.

Page 64: AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY … · 2019-06-03 · 1 AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY DEPARTMENT E-TENDER NOTICE NO 2051 FOR 2019-20NAME OF WORK: Providing,

64

FORM-B.1

FORM B.1

PERCENTAGE RATE TENDER AND CONTRACT FOR WORKS

DEPARTMENT Ahmednagar Municipal Corporation

NAME OF WORK Providing, Lowering, laying and Jointing D.I.K-7 Pipeline for

Shifting Pipeline under Widening of National Highway Road from Chandani Chowk

- Patil Hospital - Swastik Chowk - Hotel Yash Palace

GENERAL RULES AND DIRECTIONS FOR THE GUIDANCE OF CONTRACTORS

1. All works proposed to be executed by contractor shall be notified in a form

of invitation to tender pasted on a Board hung up in the office of the

Executive Engineer/Engineer in charge/Chief Officer/Commissioner and

signed by the Executive Engineer/Engineer in charge/Chief

Officer/Commissioner.

This form will state the works to be carried out as well as the date of

submitting and opening tenders and the time allowed for carrying out the

work, also the amount of earnest money to be deposited with the tender

and the amount of the security deposit to be deposited by the successful

tenderer and the percentage, if any to be deducted from bills. It will also

state whether a refund of quarry fees, royalties and ground rents will be

granted. Copies of the specifications, designs and drawings and estimated

rates, schedule rates and any other documents required in connection with

the work which will be signed by the Executive Engineer/Engineer in

charge/Chief Officer/Commissioner for the propose of identification shall

also be open for Inspection by contractors at the office of the Executive

Engineer/Engineer in charge/Chief Officer/Commissionerr during office

hours.

Where the works are proposed to be executed by the contractor according

to the specifications recommended and approved by a competent authority

on behalf of the Maharashtra Jeevan Pradhikaran/Corporation/Council, such

specification with designs drawings shall form part of the accepted tender.

Page 65: AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY … · 2019-06-03 · 1 AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY DEPARTMENT E-TENDER NOTICE NO 2051 FOR 2019-20NAME OF WORK: Providing,

65

2. In the event of the tender being submitted by a firm, it must be signed

separately by each partner thereof, and in the event of the absence of any

partner, it shall be signed on his behalf by a person holding a power – of -

attorney authorizing him to do so.

i)The contractor shall pay along with the tender the sum, of (Rs)(Rs. Ten

million seventy eight thousand four hundred and forty eight only) as and by

way of earnest money. The EMD shall be paid by …………..Net Banking. The

said amount of earnest money shall not carry any interest whatsoever.

ii)In the event of his tender being accepted, to the provision of sub-

clause(iii), below,

a) the said amount of earnest money shall be appropriated

towards the amount of security deposit payable by him under conditions of

General conditions of contract.

i) If, after, submitting the tender, the contractor withdraws his offer or

modifies the same, or if after the acceptance of his Tender, the contractor

fails or neglects to furnish the balance security deposit without prejudice to

any other right and powers of the Pradhikaran/Corporation/Council

hereunder, or in law, Pradhikaran/Corporation/Council shall be entitled to

forfeit the full amount of the earnest money deposited by him.

ii) In the event of his Tender not being accepted, the amount of earnest

money deposited by the contractor shall, unless it is prior thereto forfeited

under the provision of sub-clause (iii) above, be refunded to him on his

passing receipt therefore.

3. Receipts for payments made on account of any work, when executed by a

firm should also be signed by all the partners except where the contractors

are described in their tender as a firm. In which case the receipt shall be

signed in the name of the firm by one of the partners or by some other

person have authority to give effectual receipts of the firm.

4. Any person who submits tender shall fill up the usual printed form stating at

what percentage above or below the rates specified in Schedule - B

(memorandum showing items of work to be carried out) he is willing to

undertake the work. Only one rate or such percentage on all the Estimated

rates/ Schedule rates shall be named. Tenders which propose any alteration

in the work specified in the said form of invitation of tender, or in the time

allowed for carrying out the work, or which contain separate percentage

over estimated rates / schedule rates for different sub work or item, or

Page 66: AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY … · 2019-06-03 · 1 AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY DEPARTMENT E-TENDER NOTICE NO 2051 FOR 2019-20NAME OF WORK: Providing,

66

which any other conditions of any sort which are not filled with the

percentage as the space provided for the purpose and not signed at proper

place in the printed B-1 Tender Form will be liable to rejection. No printed

form of tender shall include a tender for more than one work. But, if

contractors who wish to tender for more works, shall submit a separate

tender for each work. Tenders shall have the name and the number of work

to which they refer, written outside the envelopes.

5. The competent authority shall open tenders in the presence of any intending

contractors who have submitted tenders or their representatives who may be

present at the time, and he will enter the amount of the several tenders in a

comparative statement in a suitable form. In the event of a tender being

accepted, the contractor shall for the purpose of identification, sign copies of

the specifications and other documents mentioned in Rule 1. In the events of a

tender being rejected, the Executive Engineer/Engineer in charge

/commssioner/chief officer shall arrange / authorized to refund the amount of

the earnest money deposited to the tenderer, on his giving a receipt for the

return of the money.

6. Competent authority is the final authority to reject all or any of the tenders.

7. No receipt for any payment alleged to have been made by a contractor in

regard to any matter relating to this tender or the contract shall be valid and

binding on Pradhikaran/Council/Corporation unless it is signed by the

Executive Engineer.

8. The memorandum of the work to be tendered for and the schedule of

materials to be supplied by the Pradhikaran/Corporation/Council (herein

before and after called as …MJP/MC ) and their rates shall be filled in and

completed by the office of the Executive Engineer/Engineer in charge/Chief

Officer/Commissioner before the tender form is issued. If a form issued to an

intending Tender has not been so filled in and completed, he shall request the

said office to have this done before he completes and delivers his tender.

9. All work shall be measured net by standard measure and according to the

rules and customs of the PWD/MJP and without reference to any local

custom.

10. Under no circumstances shall any; contractor be entitled to claim enhanced

Page 67: AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY … · 2019-06-03 · 1 AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY DEPARTMENT E-TENDER NOTICE NO 2051 FOR 2019-20NAME OF WORK: Providing,

67

rates for items in this contract.

11. Every registered contractor should produce along with his tender certificate

of registration, as approved contractor in the appropriate class and renewal

of such registration with date of expiry.

12. Corrections and additions should be initialed.

13. The measurements of work will be taken according to the usual methods in

use in the PWD/MJP and no proposals to adopt alternative methods will be

accepted. The Engineer's decision as to what is the usual method in use will

be final.

14. A tendering contractor shall furnish a declaration along with the tender

showing all works for which he has already entered into contract, and the

value of work that remains to be executed in each caseon the date of

submitting the tender. Such certificate shall be in the proforma attached in

the tender documents.

15. In view of the difficult position regarding the availability of foreign exchange

no foreign exchange would be released by the corporation/council for the

purchase of plant and machinery or any other purpose for the execution of

the work contracted for.

16. The contractor will have to construct shed, for storing controlled and

valuable material issued to him under Schedule “A” of the agreement or

brought him on work site, at work site having double locking arrangement.

The materials will be taken for use in the presence of the department

person. No. materials will be allowed to be removed from the site of works

without written permission of the Engineer-in-charge.

17. The tenderer will have to produce to the satisfaction of the accepting

authority a valid and current license issued in his favour under the provision

of Contractor Labour Regulation and Abolition Act. 1973 before starting

work, failing withacceptance of the tender will be liable for withdrawal and

Earnest money / Security Deposit will be forfeited to the Corporation.

18. The contractor shall comply with the provision of the Apprentices Act. 1961

and the rules and orders issued there under from time to time. The contract

shall also be liable for any pecuniary liability arising on account of any

Page 68: AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY … · 2019-06-03 · 1 AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY DEPARTMENT E-TENDER NOTICE NO 2051 FOR 2019-20NAME OF WORK: Providing,

68

violation by him of the provisions of the Act.

19. In this tender 11 sub-works are included .As per Government resolutionthe

work will be taken up in three phases. The work order will be

issuedaccordingly by fixing time limit. Contractor has to complete the work

withinstipulated time for each phase. If he fails, action as per clause 2 will

beinitiated against the contractor.

20.

21.

22.

As per clause 6 of B-1 form, extension of time limit will be governed. If

contractor fails to apply for extension of time limit as per clause 6 to keep

the tender alive, MJP/Municipal Council/Municipal Corporation will grant

the extension considering the progress of work and in the light of clause 2.

As per Government Resolution Price Variation Clause is not applicable to

tender.

The tender Rates are inclusive of all taxes such as VAT, Service Tax, Cess,

and General Tax etc. Contractor shall be deemed to have examined the work

and site conditions including labour, the general and special conditions,

specifications and drawings and shall be deemed to have visited the work

site and to have fully informed himself regarding the local conditions and

carried out his own investigations to arrive at rates quoted in the tender.

There shall be no corrections or overwriting and if any that shall be dully

initialed by Contractor himself.

Note: The Commercial Offer must be filled online using individual’s

digital certificate. (An online form will be provided for this during online

bid preparation stage).

. I / We hereby, tender for the execution for the Providing, Lowering,

laying and Jointing D.I.K-7 Pipeline for Shifting Pipeline under Widening of

National Highway Road from Chandani Chowk - Patil Hospital - Swastik

Chowk - Hotel Yash Palace n/Municipal Corporation Ahmednagar

(hereinbefore and hereinafter referred to as Ahmednagar AMC) for the work

specified

in the underwritten memorandum within the time specified in such

memorandum

at------------------------------------------------ (------------------------------------------

------------------------------------------------------) in figures as well as in words

percent below/above the estimated rates entered in schedule ‘B’

memorandum showing items of work to be carried out and in accordance

with all respects with the specifications, designs, drawings, and instructions

Page 69: AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY … · 2019-06-03 · 1 AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY DEPARTMENT E-TENDER NOTICE NO 2051 FOR 2019-20NAME OF WORK: Providing,

69

in writing referred to in Rule hereof and in clause 12 of the annexed

conditions of the contract and agree that what materials for the work are

provided by the Pradhikaran/Corporation/Council such materials are at the

rates to be paid for them shall be as provided in schedule “A” here to.

Memorandum

a) General description : Providing, Lowering, laying and

Jointing D.I.K-7 Pipeline for Shifting Pipeline under Widening

of National Highway Road from Chandani Chowk - Patil

Hospital - Swastik Chowk - Hotel Yash Palace

----------------------------------------------------

---------------------------------------------

-------

a) if several sub works are

included they should be

detailed in a separate list

b) Estimated Cost. Rs.1343793010=00

c) Earnest Money. Rs.10048448=00 c) The amount of earnest

money to be deposited shall

be in accordance with the

provision of paras 206 and

207 of the M.P.W. Manual.

d) Security Deposit.

Total 4% of estimated cost put to tender or accepted tender

cost whichever is higher

i) Initial Security Deposit

2% of estimated cost put to tender or accepted tender cost

whichever is higher shall be in form of FDR from any

Nationalized / Scheduled Bank or Bank Guarantee

d) This deposit shall, be in

accordance with paras 213

and 214 of the M.P.W.

Manual.

ii) Balance 2% amount of Security deposit, will be recovered

through

each Running Bill at The rate of 5% of the gross amount of

running bill till the required total amount of Security Deposit is

recovered

e) Percentage, if any, to be deducted from bills so as to make

up the total amount required as security deposit by the

time, half the work as measured by the cost is done.

5% (Five) Percent

e) This percentage where

no security deposit is taken,

will vary from 5 % to 10 %

according to the

requirement of case where

Page 70: AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY … · 2019-06-03 · 1 AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY DEPARTMENT E-TENDER NOTICE NO 2051 FOR 2019-20NAME OF WORK: Providing,

70

security deposit is taken see

note to clause 1 this

conditions of contractor.

f) Additional Security Deposit.

If the tender is proposed to be accepted at the rates quoted

less than estimated cost put to tender security deposit over

and above 4% in (d) at the below rate shall have to be paid by

Tender.

i) For offer upto 10% below 2% Intial + 2% through R.A.Bill.

ii) For 10% to 15% below 4% Intial + 2% through R.A.Bill.

iii) For offer more than 6%Intial + 2% through R.A.Bill.

15% below

Additional security is to be paid by the successful bidder initially

only in addition to 2% original Security Deposit.

(Security Deposit shall be based on estimated cost put to

tenderor tendered cost whichever is higher)

g)Time allowed for the work from date of written order to

commence.

-----( --------- ) Calendar Months. (Including monsoon)

I/We agree that the offer shall remain open for acceptance for a

minimum period of 120 days from the date fixed for opening for

the same and thereafter until it is withdrawn by me/ us notice in

writing duly addressed to the authority opening the tenders and

sent by registered post A.D. or otherwise delivered at the office

of such authority. Term deposit Receipt No./Demand draft No.

dated and date in respect of the sum of `10078448=00( in wards

`Rs ten million seventy eight thousand four hundred and forty

eight only) is herewith forwarded. The amount of earnest money

shall not bear interest and shall be liable to be forfeited to the

Pradhikaran/MunicapalCouncil/Corporation should I/We fail to

(i) abide by the stipulation to keep the offer open for the period

mentioned above of (ii) sign and complete the contract

documents as required by the Engineer and furnish the security

deposit as specified in item. (d) of the memorandum contained

Page 71: AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY … · 2019-06-03 · 1 AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY DEPARTMENT E-TENDER NOTICE NO 2051 FOR 2019-20NAME OF WORK: Providing,

71

in paragraph (1) above within the time limit laid down in clause

(1) of the annexed General Conditions of contract, the amount of

earnest money may be adjusted towards the security deposit or

refunded to me/us in writing unless the same or any part thereof

has been forfeited as aforesaid.

I/We have secured exemption from payment of earnest money

after executing the necessary bond in favour of the

Pradhikaran/MunicapalCouncil/Corporation a true copy of which

is enclosed herewith should any occasion for forfeiture of earnest

money for this work arise due to failure on my/our part to abide

by the stipulations to keep the offer open for the period

mentioned above or to sign and complete the contract

documents and furnish to security deposit as specified in item (d)

of the Memorandum contained in paragraph (1) above within the

time limit laid down in clause (i) of the annexed General

Conditions of contract, the amount payable by me/us at the

option of the Engineer, be recovered out of the amount

deposited in lump sum for securing exemption in so far as the

same may be extend in terms of the said bond and in the event

of the deficiency out of any other moneys which are due to

payable to me/us by the

Pradhikaran/MunicapalCouncil/Corporation under any other

contract or transaction of any nature whatsoever or otherwise.

Should this tender be accepted I/We hereby agree to abide by

and fulfill all the terms and provisions of the conditions of

contract annexed hereto so far as applicable and in default

thereof to forfeit and pay Pradhikaran/Municipal

Council/Corporation the sum of money mentioned in the said

conditions. Term Deposit Receipt No. ……. Dated from

The Bank………… at in respect of sum of

Rs. …………… ………………………………………. Is herewith forwarded

representing the earnest money (a) the full value which is to be

absolutely forfeited to the

Pradhikaran/MunicapalCouncil/Corporation should I/We not

deposit in the full amount of security deposit specified in the

above memorandum in Accordance with (d) of clause (i) of the

tender for works shall be refunded.

Strike out (a) such security

deposit is to be taken.

Page 72: AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY … · 2019-06-03 · 1 AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY DEPARTMENT E-TENDER NOTICE NO 2051 FOR 2019-20NAME OF WORK: Providing,

72

Contractor Signature of the contractor before submission of tender.

Address date of 2016

Witness Signature of witness to contractor’s signature.

The above tender is hereby accepted by me for and one behalf of the MJP/Ahmednagar Municipal Corporation

Dated ExecutiveEngineer MJP/ CommissionerAhmednagarMuncipal Corporation

Page 73: AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY … · 2019-06-03 · 1 AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY DEPARTMENT E-TENDER NOTICE NO 2051 FOR 2019-20NAME OF WORK: Providing,

73

CONDITIONS OF CONTRACT

(Modification as per the GR PWD NO. CAT-1087/ CR- 94/Bldg-2, dated 14.6.1989) \

Clause 1 : The person / person whose tender may be accepted

(hereinafter called the Contractor, which expression shall unless

excluded by or repugnant to the context include his heirs, executors,

administrators and assigns) shall (A) within ten days (which may be

extended by the Chief Engineer/Commissioner/Chief Officer

concerned upto 15 days if the Commissioner/Chief Officer thinks fit

to do so) of the receipt by him of the notification of the acceptance

of his tender deposit with the Engineer in-charge in Cash or

Government securities endorsed to the Engineer in charge (if

deposited for more than 12 months) of sum sufficient which will

make up the full security deposit specified in the tender or (B)

(permit Pradhikaran/Corporation/Council at the time of making any

payment to him for work done under the contract to deduct such

sum as will amount to 4% of all moneys so payable; such deductions

to be held by Corporation/Council by way of security deposit).

Provided always that in the event of the Contractor depositing a

lumpsum by way of security deposit as contemplated at (A) above,

then and in such case, if the sum so deposited shall not to 4% of the

total estimated cost of work or tendered cost whichever is higher, it

shall be lawful for Pradhikaran/Corporation/Council at the time of

making any payment to the contractor for work done under the

contract to make-up the full amount of Four (4) percent by

deducting a sufficient sum from every such payment as last aforesaid

until the full amount to the security deposit is made up. All

compensation or other sums of moneys payable the contractor to

Pradhikaran/Corporation/Council under the terms of his contract

may be deducted from or paid by the sale of sufficient part of his

security deposit or from the interest arising there from, or from any

sums which may become due by Pradhikaran/Corporation/Council to

the contractor under any other contract or transaction on any

Security Deposit

Page 74: AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY … · 2019-06-03 · 1 AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY DEPARTMENT E-TENDER NOTICE NO 2051 FOR 2019-20NAME OF WORK: Providing,

74

account whatsoever and in the event of his security deposit being

reduced by reason of any such deduction or sale as aforesaid, the

contractor shall, within ten days thereafter, make good in cash or

Government securities endorsed as aforesaid or Bank Guarantee

issued by bank for any sum or sums which may have been deducted

from or raised by sale of his security deposited or any part thereof.

The Security deposit referred to, when paid in cash may, at the cost

of the depositor, be converted into interest bearing securities

provided that the depositor has expressly desired this in writing.

If the amount of the security deposit to be paid in a lump sum within

the period specified at (A) above is not paid the tender/contract

already accepted shall be considered as cancelled and legal steps

taken against the Contractor for recovery of the amounts. The

amount of security deposit lodged by Contractor shall be refunded

along with the payment of the final bill, if the date upto, which the

Contractor has agreed to maintain the work in good order, is over. If

such date is not over only 90% amount of the security deposit shall

be refunded along with the payment of the final bill. The amount of

security deposit retained by Pradhikaran/Corporation/Council shall

be released after expiry of period upto, which the Contractor has

agreed to maintain the work in good order, is over. In the event of

Contractor failing or neglecting to complete rectification work within

the period upto, which the Contractor has agreed to maintain the

work in good order then subject to provisions of Clause 17 and 20

hereof, the amount of security deposit retained by

Pradhikaran/Corporation/Council shall be adjusted towards the

excess cost incurred by the Pradhikaran/Corporation/Council on

rectification work.

Clause 2 :The time allowed for carrying out the work as entered in

the agreement shall be strictly observed by the Contractor and shall

be reckoned from the date on which the order to commence work is

given to the Contractor. The work shall throughout the stipulated

period of the contract be proceeded with, all due diligence (time

being deemed to be essence of the contract on the part of the

Contractor) and the Contractor shall pay as compensation an amount

equal to one percent or such smaller amount as the Chief

Engineer/Commissioner /Chief Officer(whose decision in writing shall

Compensation

Delay

Page 75: AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY … · 2019-06-03 · 1 AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY DEPARTMENT E-TENDER NOTICE NO 2051 FOR 2019-20NAME OF WORK: Providing,

75

be final ) may decide of the amount of the estimated cost of the

whole work as shown by the tender for everyday that the work

remains uncommenced or unfinished after the proper dates. And

further to ensure good progress during execution of the work, the

Contractor shall be bound in all cases in which the time allowed for

any work exceeds one month to complete, for complete minimum

quantum of work as compared to accepted tender cost as stated

below.

¼ of the work in ¼ of the time.

½ of the work in ½ of the time.

3/4 of the work in ¾ of the time.

Full work in …………………….. months including monsoon

Note: The quantity of the work to be done within a particular time to be

specified above shall be fixed by an Officer competent to accept

the contracts after taking into consideration the circumstances of

each case .and insert in the blank space kept for the purpose

In the event of the contractor failing to comply with these conditions he

shall be liable to pay as compensation an amount equal to one percent

or such smaller amount as Chief Engineer/Commissioner/Chief Officer

(whose decision in writing shall be final) may decide of the said

estimated cost of the whole work for everyday that the due quantity of

work remains incomplete provided always that the total amount of

compensation to be paid under the provisions of this clause shall not

exceed 10% of the estimated cost of the work as shown in the tender.

Chief Engineer/Commissioner/Chief Officer should be the final

authority in this respect, irrespective of the fact that tender is accepted

by State level technical Committee. However Commissioner /Chief

officer shall seek the consent of the MJP and/or approval of the State

level technical committee.

Clause 3: If any clause in which under any clause of this contract the

Contractor shall have rendered himself liable to pay compensation

amounting to the whole of his security deposit (whether paid in one

sum or deducted by installment) or in the case of abandonment of

the work owing to serious illness or death of the Contractor or any

other cause, the Engineer in charge on behalf of the

Pradhikaran/Corporation/Council shall have power to adopt any of

Action when whole of

security deposit is

forfeited.

Page 76: AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY … · 2019-06-03 · 1 AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY DEPARTMENT E-TENDER NOTICE NO 2051 FOR 2019-20NAME OF WORK: Providing,

76

the following courses, as he may deem best suited to the interest of

the MJP/Corporation/Council

a) To rescind the contract (for which rescission notice in writing to

the Contractor under the hands of Engineer in-charge shall be

conclusive evidence) and in that case the security deposit of the

Contractor shall stand forfeited and be absolutely at the disposal

of the Pradhikaran/Corporation/Council

b) To carry out the work or any part of the work departmentally

debiting the Contractor with the cost of the work, expenditure

incurred on tools, plant and charges on additional supervisory staff

including the cost of work-charged establishment employed for

getting unexecuted part of the work completed and crediting him

with the value of the work done departmentally in all respects in

the same manner and at the same rates as if it has been carried

out by the Contractor under the terms of his contract. The

certificate of the Engineer in-charge as to the cost and other allied

expenses so incurred and as to the value of the work so done

departmentally shall be final and conclusive against the

Contractor.

c) The order that work of the Contractor be measured up and take

such part thereof as shall be unexecuted out of his hands and to

give it to another contractor to complete in which case all

expenses incurred on advertisement for fixing a new contracting

agency, additional supervisory staff including the cost of work-

charged establishment and the cost of the work executed by the

new contract agency will be debited to other contractors and the

value of the work done or executed through the new contractor

shall be credited to the Contractor in all respects and in the same

manner and at the same rates as if it had been carried out by the

Contractor under the terms of his contract. The certificate of the

Engineer in-charge as to all the costs of the work and other

expenses incurred as aforesaid for getting the unexecuted Work

done by the new contractor and as to the value of the work so

done shall be final and conclusive against the Contractor.

In case the contractor shall be rescinded under clause (a) above,

the contractor shall not be entitled to recover or to be paid, any

Page 77: AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY … · 2019-06-03 · 1 AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY DEPARTMENT E-TENDER NOTICE NO 2051 FOR 2019-20NAME OF WORK: Providing,

77

sum for any work therefore actually performed by him under this

contract unless and until the Executive Engineer/Engineer in

charge/Chief Officer/Commissioner shall have certified in writing

the performance of such work and the amount payable to him in

respect thereof and he shall only be entitled to be paid the

amount so certified. In the event of either the courses referred to

in clause (b) or (c) being adopted and the cost of the work

executed departmentally or through a new contractor and other

allied expenses exceeding the value of such work credited to the

contractors, the amount of excess shall be deducted from any

money due to the contractor by Pradhikaran/Council/Corporation

under the contract or otherwise however or from his security

deposit or the sale proceeds thereof provided however that the

contractor shall have to claim against MJP/Corporation/Council

event if the certified value of the work done departmentally or

through a new contractor exceeds the certified cost of such work

and allied expenses, provided always that whichever of the three

courses mentioned in clauses (a), (b) and (c) is adopted by the

MJP/ Corporation/Council, the contractor shall have no claim to

compensation for any loss sustained by him by reason of not having

purchased or procured any materials, or entered into any

engagements, or made any advance on account of or with a view

to the execution of the work or the performance of the contract.

The extra cost involved in the completion of the balance work

carried out through the other contractor under

Amount of 3 (c) shall be recoverable from the contractor over and

above the compensation levied under Clause 2 and the Security

Deposit shall be apportioned against the total recoveries for this

purpose also.

Clause 4 : If the progress of the any particular portion of the work

is unsatisfactory, the MJP/Corporation/Council shall not

withstanding that the general progress of the work is in

accordance with the condition mentioned in clause 2 be entitled

to take action under clause 3(b) after giving the contractor 10

days notice in writing. The contractor will have no claim for

compensation, for any loss sustained by him owing to such action.

Action when the

progress of any

particular portion of

the work is

unsatisfactory.

Page 78: AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY … · 2019-06-03 · 1 AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY DEPARTMENT E-TENDER NOTICE NO 2051 FOR 2019-20NAME OF WORK: Providing,

78

Clause 5 : In any case in which any of the powers conferred upon

MJP/Corporation/Council by Clause 3 and 4 hereof shall have

become exercisable and the same shall not have been exercised

the non exercise thereof shall not constitute waiving of any of the

conditions hereof the such powers shall not withstanding be

exercisable in the event of any future case of default by the

contractor for under any clauses hereof he is declared liable to

pay compensation amounting to the whole of his security deposit

and the liability of the contractor for past and future

compensation shall remain unaffected. In the event of the

MJP/Corporation/Council taking action under Sub-Clause (a) or (c)

of clause 3, he may, if he so desires, take possession of all or any

tools and plants, materials and stores, in or upon the work or the

site thereof or belonging to the contractor, or procured by him and

intended to be used for the execution of the work or any part

thereof paying or allowing for the same in account at the contract

rates or in the case of contract rates not being applicable at

current market rates to be certified by the

MJP/Corporation/Council whose certificate thereof shall be final.

In the alternative the MJP/Corporation/Council may after giving

notice in writing to the contractor or his clerk of the work,

foreman or other authorized agent require him to remove such

tools, plant, materials or stores from the premises within a time to

do specified in such notice, and in the event of the contractor

failing to comply with any such requisition, the

MJP/Corporation/Council may remove them at the contractor’s

expense or sell them by auction or private sale on account of the

contractor and at his risk in all respects, and the certificate of the

MJP/Corporation/Council as to the expenses of any such removal

and the amount of the proceeds and expense of any such shall be

final and conclusive against the contractor

Contractor liable to

pay compensation if

action not taken under

clause 3 and 4.

Clause 6 : If the contractor shall desire an extension of the time

for completion of work on the ground of his having been

unavoidably hindered in its execution or on any other ground, he

shall apply in writing to the MJP/Corporation/Council before the

expiration of the period stipulated in the tender on before the

Extension of time

Page 79: AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY … · 2019-06-03 · 1 AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY DEPARTMENT E-TENDER NOTICE NO 2051 FOR 2019-20NAME OF WORK: Providing,

79

expiration of 30days from the date on which he was hindered as

aforesaid or on which the cause for asking extension occurred,

whichever is earlier and the Corporation/Council or in the opinion

of Executive Engineer/Commissioner/Chief Officer, as the case

may be, if in his opinion, there were reasonable grounds for

granting the extension, grant such extension as he think necessary

or proper. The decision of the MJP/Corporation/Council in this

matter shall be final.

Clause 7 : On the completion of the work the contractor shall be

furnished with a certificate by the MJP/Corporation/Council

(hereinafter and hereinbefore called the Engineer-in-charge) of

such completion but neither such certificate shall be given nor

shall the work be considered to be complete until the contractor

shall have removed from the premises on which the work shall

have been executed, all scaffolding surplus materials and rubbish

, tools, plants and equipments and shall have cleaned off the dirt

from all woodwork, doors, windows, walls, floor or other parts of

any building in or upon which the work has been executed or of

which he may have had possession for the purpose of executing

the work nor until the work shall have been measured by the

Engineer-in-charge or where the measurements have been taken

by his subordinate until they have received approval of the

Engineer-in-charge the said measurements being binding and

conclusive against the contractor, if the contractor shall fail to

comply with the requirements of this clause as to the removal of

scaffolding, surplus materials and rubbish and cleaning off the dirt

on or before the date fixed for the completion of the work, the

Engineer-in-charge may at the expense of the contractor, remove

and rubbish and dispose off the same as the thinks fit and clean off

such dirt as aforesaid and the contractor shall forthwith pay the

amount of all expenses so incurred but shall have no claim in

respect of any such scaffolding tools and plants equipments or

surplus materials as aforesaid except for any sum actually realized

by the sale thereof.

Final Certificate.

Clause 8 : No payment shall be made for any work estimated to

cost less than Rupees one thousand till the whole of work shall

have been completed and a certificate of completion given. But in

the case of works estimated to cost more than Rupees one

Payment on

intermediate

certificate to be

regarded as advance.

Page 80: AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY … · 2019-06-03 · 1 AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY DEPARTMENT E-TENDER NOTICE NO 2051 FOR 2019-20NAME OF WORK: Providing,

80

thousand the contractor shall on submitting a monthly bill

therefore be entitled to receive payment proportionate to the part

of the work then approved recommended by the Engineer-in-

charge, whose certificate of such recommended and passing of the

sum of payable shall be final and conclusive against the contractor.

All such intermediate payments shall be regarded as payment by

way of advance against the final payments only and not as

payments for work actually done and completed and shall not

preclude the Engineer-in-charge for requiring any bad. unsound,

imperfect or unskillful work to be removed or taken away and

reconstructed or re erected nor shall any such payment be

considered as an admission of the due performance of the contract

or any part thereof in any respect or the occurring of any claim

nor shall it conclude determine or affect in any other way the

powers of the Engineer-in-charge as to the final settlement and

adjustment of the accounts or otherwise or is any other way very

or affect the contract. The final bill shall be submitted by the

contractor within one month of the date fixed for the completion

of the work otherwise the Engineer-in-charge’s certificate of the

measurements and of the total amount payable for the work shall

be final and binding on all parties.

Clause 9: The rates for several items of works estimated to cost

more than ` 1000/- agreed to within, shall be valid only when the

item concerned is accepted as having been completed fully in

accordance with the sanctioned specification. In cases where the

items of are work not accepted as so completed by the Engineer-

in-charge may make payment on account of such items at such

reduced rates as he may consider reasonable in the preparation of

final or on account bills.

Payment at reduced

rates on account of

items of work not

accepted as

completed, to be at the

discretion of the

Engineer-in-charge.

Clause 10 : A bill shall be submitted by the contractor in each

month on or before the date fixed by the Engineer-in-charge for

all work executed in the previous month and the Engineer-in-

charge shall take or cause to be taken the requisite measurements

for the purpose of having the same verified and the claim, so far

as it is admissible shall be adjusted and paid if possible within ten

days from the presentation of the bill. If the contractor does not

submit the bill within the time fixed as aforesaid, the Engineer-in-

charge may depute a subordinate to measure up the said work in

the presence of the contractor or his duly authorized agent whose

Bills to be submitted

monthly

Page 81: AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY … · 2019-06-03 · 1 AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY DEPARTMENT E-TENDER NOTICE NO 2051 FOR 2019-20NAME OF WORK: Providing,

81

counter signature to the measurement list shall be sufficient

warrant and the Engineer-in-charge may prepare a bill from such

list which shall be binding on the contractor in all respects

Clause 11 : The contractor shall submit all bills on the printed

forms to be had on application at the office of the Engineer-in-

charge. The charges to be made in the bills shall always be

entered at the rates specified in the tender or in the case of any

extra work ordered in pursuance of these conditions and not

mentioned or provided for in the tender at the rates hereinafter

provided for such work

Bills to be on printed

form.

Clause 12 : If the specification or estimate of the work provides

for the use of any special description of materials to be supplied

from the store of the MJP/Corporation/Council or if it is required

that the contractor shall use certain stores to be provided by the

Engineer-in-charge (such material and stores and the prices to be

charged therefore as hereinafter mentioned being so far as

practicable for the convenience of the contractor but not so as in

any way to control the meaning or effect of this contract

specified in the schedule or memorandum hereto annexed) the

contractor shall be supplied with such materials and stores as may

be required from time to time to be used by him for the purposes

of the contract only and value of the full quantity of the materials

and stores so supplied shall be set off or deducted from any sums

then due, or thereafter to become due to the contractor under the

contract or otherwise or from the security deposit or the proceeds

of sale thereof if the security deposit is held in Government

Securities, the same or a sufficient portion thereof shall in that

case be sold for the purpose. All materials supplied to the

contractor shall remain the absolute property of

MJP/Corporation/Council and shall not be removed from the site

of the work and shall at all times be open to inspection by the

Engineer-in-charge. Any such materials issued at cost but remained

unused and in perfectly good condition at the time of completion

or termination of the contract shall be returned to the

MJP/Corporation/Council, store if the Engineer-in-charge so

required by a notice in writing given under his hand, but the

contractor shall not be entitled to return any such material

supplied to him as aforesaid but remaining unused by him or for

Stores supplied by MJP

Page 82: AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY … · 2019-06-03 · 1 AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY DEPARTMENT E-TENDER NOTICE NO 2051 FOR 2019-20NAME OF WORK: Providing,

82

any wastage in or, damage to any such materials. The contractor

shall, however return all unused material at the time of

completion, which was issued to him free of cost by the Engineer

in charge and which has remained surplus with the contractor

after accounting for the actual utilization of such material from

the total quantity that was issued by the Engineer in charge. Cost

of any material issued free of cost by the engineer and which has

remained surplus with the Engineer from the contractor as

mentioned in Schedule – ‘A’

Clause 12 (A) : All stores of materials such as cement, steel etc.

supplied to the contractor by MJP/Corporation/Council should be

kept by the contractor in a separate store near the work site under

lock and key and will be accessible for inspection by the

MJP/Corporation/Council or his agent at all the times.

Storage of controlled

material

Clause 13 : The contractor shall execute the whole and every part

of the work in the most substantial and workman like manner and

both as regards materials and every other respect in strict order

accordance. The contractor shall also conform exactly fully and

faithfully to the designs, drawings and instructions in writing

relating to the work signed by the Engineer-in-charge and lodged

in his office and to which the contractor shall be entitled to have

access for the purpose of inspection at such office or on the site of

the work, during office hours. The contractor will be entitled to

receive one sets of contract drawing and working drawings as well

as one certified copy of the accepted tender along with the work

order free of cost. Further, copies of the contract drawings and

working drawings if requires by him shall supplied at the rate of `

2000/- per set of contract drawings and ` 100/- per working

drawing except where otherwise specified.

Works to be executed

in accordance with

specifications

drawings.

Clause 14 : The Engineer-in-charge shall have power to make any

alterations in or additions to the original specifications, drawing,

design and instructions that may appear to him to be necessary or

contracts, advisable during the progress of the work and the

contractor shall be bound to carry out the work in accordance with

any instructions in this connection which may be given to him in

writing signed by the Engineer-in-charge and such alterations shall

not invalidate the contract and any additional work which the

Alteration in

specifications &

designs not to

invalidate

Page 83: AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY … · 2019-06-03 · 1 AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY DEPARTMENT E-TENDER NOTICE NO 2051 FOR 2019-20NAME OF WORK: Providing,

83

contractor may be directed to do in the manner above specified

as part of the work shall be carried out by the Contractor on the

same conditions in all respects on which he agreed to do the main

work and at the same rates as are specified in the tender for the

main work. And if the additional and altered work includes any

class of work for which no rate is specified in this contract, then

such class of work shall be carried out at the rates entered in the

Schedule of Rates of the Division with due consideration for leads

and lifts involved for materials and labour or at the rates mutually

agreed upon between the Engineer-in-charge and the contractor,

whichever are lower However, if the Engineer-in-charge is not

empowered by MJP/Corporation/Council to approve the rates of

such additional or altered work then as far as possible he shall

obtain prior approval to the changes and to the rates payable for

such changes from competent authority of

MJP/Corporation/Council not entered in before ordering the

Contractor to take up the alternation/ additional work. If the

additional or altered work for which no rate is in the schedule or

rates of the Division, is ordered to be carried out before the rates

are agreed upon then the contractor shall within seven days of the

date of receipt by him of the order to carry out the work, inform

the Engineer-in-charge of the rate which it is his intention to

charge for such class of work, and if the Engineer-in-charge does

not agree to this rate he shall by notice in writing be at liberty to

cancel his order carry out such class of work and arrange to carry

out in such manner as he may consider advisable provided always

that if the contractor shall commence the work or incur any

expenditure in regard thereto before the rates shall have been

determined as lastly hereinbefore mentioned then in such case he

shall only be entitled to be paid in respect of the work or incur

any expenditure in regard there to before the rates shall have

been determined as lastly hereinbefore mentioned then in such

case he shall only be entitled to be paid in respect of the work

carried out or expenditure incurred by him prior to the date of the

determination of the rate as aforesaid according to such rate or

rates as shall be fixed by the Engineer-in-charge. In the event of a

dispute the decision of the Chief Engineer will be final.

Where, however, the work is to be executed according to the

designs, drawings and specifications recommended by the

Extension of time in

consequences additions

Page 84: AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY … · 2019-06-03 · 1 AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY DEPARTMENT E-TENDER NOTICE NO 2051 FOR 2019-20NAME OF WORK: Providing,

84

contractor and accepted by the competent authority the

alterations above referred to shall be within the scope of such

designs, drawings and specifications appended to the tender. The

time limit for the completion of the work shall be extended in the

proportion that the increase in its cost occasioned by alterations

or additions bears to the cost of the original contract work and the

certificate of the Engineer-in-charge as to such proportion shall be

conclusive.

or alterations

Clause 15 :

i) If at any time after the execution of the contract documents the

engineer shall for any reason what so ever (other than default on

the of the contractor for which the MJP/Corporation/Council is

entitled to rescind the contract) desires that the whole or any part

of the work specified in the tender should be suspended for any

period of that the whole or part of the work should not be carried

at all, he shall give to the contractor a notice in writing of such

desire and upon the receipt of such notice the contractor shall

forthwith suspend or stop the work wholly or in part as required

after having due regard to the appropriate stage at which the work

should be stopped or suspended so as not to cause any damage or

injury to the work or any part of it could be or could have been

safely stopped or suspended shall be final and conclusive against

the Contractor. The Contractor shall have no claim to any

payment or compensation whatsoever by reason of or in pursuance

of any notice as aforesaid on account of any suspension, stoppage

or curtailment except to the extent specified hereinafter.

No claim to any

payment or

compensation for

alteration in or

restriction of Work

except specified in this

clause.

ii) Where the total suspension of work ordered as aforesaid

continued for a continuous period exceeding 90 days the

contractor shall be at liberty to withdraw from the contractual,

obligations under the contract so for as it pertains to the

unexecuted part of the work by giving a 10days prior notice in

writing to the Engineer within 30days of the expiry of the said

period of 90 days of such intention and requiring the Engineer to

record the final measurements of the work already done and to

pay final bill. Upon giving such notice the Contractor shall be

deemed to have been discharged from his obligation to complete

the remaining unexecuted work under his contract. On receipt of

Page 85: AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY … · 2019-06-03 · 1 AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY DEPARTMENT E-TENDER NOTICE NO 2051 FOR 2019-20NAME OF WORK: Providing,

85

such notice the Engineer shall proceed to complete the

measurement and make such payment as may be finally due to

the Contractor within a period of 90 days from the receipt of such

notice in respect of the work already done by the Contractor.

Such payment shall not in any manner prejudice the right of the

Contractor to any further compensation under the remaining

provisions of this clause.

iii) Where the Engineer in-charge requires the Contractor to suspend

the work for a period in excess of 30 days at any time or 60 days

in the aggregate, the contractor shall be entitled to apply to the

Engineer within 30 days of the resumption of work after such

suspension for payment of compensation to the extent of

peculiarly loss suffered by him in respect of working machinery

rendered idle on the site or on the account of his having had to

pay the salary or wages to labour engaged by him during the said

period of suspension, provided always that the Contractor shall

not be entitled to any claim in respect of any such working

machinery ,salary or wages for the first 30 days whether

consecutive or in the aggregate of any suspension whatsoever

occasioned by unsatisfactory work or other default on his part.

The decision of the Engineer- in -charge in this regard shall be

final and conclusive against the Contractor.

iv) In the event of

a) any total stoppage of work on notice from the Engineer under

sub-clause (1) in that behalf.

b) Withdrawal by the Contractor from the contractual obligation to

complete the remaining un-executed work under sub-clause (2)

on account of continued suspension of work for a period

exceeding 90 days.

c) Curtailment in the quantity of item or items originally tendered

on account of any alteration, omission or substitutions in the

specifications, drawings, designs or instructions under Clause 14

where such curtailment exceeds 25% in quantity and the value of

the quantity curtailed beyond 25% at the rates for the item

specified in the tender is more than ` 5,000/-

It shall be open to the Contractor within 90 days from the service of

i) the notice of stoppage of work or

Page 86: AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY … · 2019-06-03 · 1 AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY DEPARTMENT E-TENDER NOTICE NO 2051 FOR 2019-20NAME OF WORK: Providing,

86

ii) the notice of withdrawal from the contractual obligations under

the contract on account of the continued suspension of work or

iii) notice under Clause 14(i) resulting in such curtailment

to produce to the Engineer satisfactory documentary evidence

that he had purchased or agreed to purchase material for use in

the contracted work before receipt by him of the notice of

stoppage, suspension or curtailment and required the

Corporation/Council to take over on payment such material at

the rates determined by the Engineer, provided, however, that

such rates shall in no case exceed the rates at which the same

was acquired by the Contractor. The MJP/Corporation/Council

shall thereafter take over the material so offered, provided the

quantities offered are not in excess of the requirements of the

unexecuted work as specified in the accepted tender and are of

quality and specifications approved by the Engineer

Clause 15 A : The Contractor shall not be entitled to claim any

compensation from MJP for the loss suffered by him on account of

delay by MJP/Corporation/Council in the supply of materials entered

in Schedule ‘A’ where such delay is caused by.

i) Difficulties relating to the supply of railway wagons.

ii) Force majeure.

iii) Act of God.

iv)Act of enemies of the State or any other reasonable cause beyond

the control of MJP/Council/Corporation.

No. claim to

compensation on

account of loss due to

delay in supply of

material by MJP.

In the case of such delay in the supply of materials,MJP/

Corporation/Council shall grant such extension of time for the

completion of the works as shall appear to the

MJP/Corporation/Council to be reasonable in accordance with the

circumstances of the case. The decision of the

MJP/Corporation/Council as to the extension of time shall be

accepted as final by the Contractor.

Clause 16 : Under no circumstances whatsoever shall the Contractor

be entitled to any compensation from MJP/Corporation/Council on

any account unless the Contractor shall have submitted claim in

writing to the Engineer-in-charge within one month of the case of

such claim occurring.

Time limit for

unforeseen claims.

Page 87: AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY … · 2019-06-03 · 1 AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY DEPARTMENT E-TENDER NOTICE NO 2051 FOR 2019-20NAME OF WORK: Providing,

87

Clause 17 : If at any time before the security deposit or any part of

thereof is refunded to the Contractor it shall appear to the Engineer-

in-charge or his subordinate –in-charge of the work that any work has

been executed with unsound, imperfect or unskilled workmanship or

with materials of inferior quality, or that any materials or articles

provided by him for the execution of the work are unsound or

quality is inferior to that contracted for, or are otherwise not in

accordance with the contract, it shall be lawful for the Engineer-in-

charge to intimate this fact in writing to the Contractor and then

notwithstanding the fact that the work, materials or articles

complained of may have been inadvertently passed, certified and

paid for, the Contractor shall be bound forthwith to rectify, or

remove and reconstruct the work so specified in whole or in part, as

the case may require or if so required shall remove the materials or

articles at his own charge and cost and in the event of his failing to

do so within a period to be specified by the Engineer-in-charge in the

written intimation aforesaid, the Contractor shall be liable to pay

compensation at the rate of one percent on the amount of the

estimate for everyday not exceeding 10 days during which the failure

so continues and in the event of any such failure the Engineer-in-

charge may rectify or remove and re execute the work or remove

and replace the materials or articles complained of as the case may

be at the risk and expense in all respects of the Contractor. Should

the Engineer in charge consider that any such inferior work or

materials as prescribed above may be accepted or made use of, it

shall be within his discretion to accept the same reduced rates as he

may fix therefore.

Action and

compensation payable

in case of bad work.

Clause 18 : All work under or in course of execution or executed in

pursuance of the contract shall at all times be open to inspection

and supervision of the Engineer-in-charge and his subordinates and

the Contractor shall at all times during the usual working hours, and

at all other times at which reasonable notice of the intention of the

Engineer-in-charge and his subordinates to visit the works shall have

been given to the Contractor, either himself be present to receive

orders and instructions or have a responsible agent duly accredited in

writing present for that purpose. Orders given to the Contractor’s

duly authorized agent shall be considered to have the same force

and effect as if they had been given to the Contractor himself.

Work to be open to

inspection.

Contractor or

responsible agent to be

present

Page 88: AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY … · 2019-06-03 · 1 AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY DEPARTMENT E-TENDER NOTICE NO 2051 FOR 2019-20NAME OF WORK: Providing,

88

Clause 19 : The Contractor shall give not less than five days’ notice

in writing to the Engineer-in-charge or his subordinate in-charge of

the work before covering up or otherwise placing beyond the reach

of measurement any work in order that the same may be measured

and correct dimensions thereof taken before the same is so covered

up or placed beyond the reach of measurement and shall not cover

up or place beyond the reach of measurement any work without the

consent in writing of the Engineer-in-charge or his subordinate in-

charge of the work, and if any work shall be covered up or placed

beyond the reach of measurement, without such notice having been

given or consent obtained, the same shall be uncovered at the

Contractor’s expense, and in default thereof no payment or

allowance shall be made for such work or for the materials with

which the same was executed.

Notice to be given

before work is covered

up

Clause 20 : If during the period as listed below, from the date of

completion as certified by the Engineer-in-charge pursuant to Clause

7 of the Contract or for the period as mentioned below after

commissioning the work whichever is earlier in the opinion of the

Engineer in-charge, the said work is defective in any manner

whatsoever the contractor, shall forthwith on receipt of notice in

that behalf from the MJP/Corporation/Council, duly commence

execution and completely carry out at his cost in every respect all

the work that may be necessary for rectifying and setting right the

defects specified therein including dismantling and reconstruction of

unsafe portion strictly in accordance with and in the manner

prescribed and under the supervision of the

MJP/Corporation/Council. In the event of the Contractor failing or

neglecting to commence execution of the said rectification work

within the period prescribed therefore in the said notice and/ or to

complete the same as aforesaid as required by the same notice, the

MJP/Council/Corporation may get the same executed and carried out

departmentally or by any other agency at the risk, on account and at

the cost of the Contractor. The Contractor shall forthwith on demand

pay to the MJP/Corporation/Council the amount of such costs,

charges and expenses sustained or incurred by the

MJP/Corporation/Council of which the certification of the

MJP/Corporation/Council shall be final and binding on the

Contractor, Such costs, charges and expenses shall be deemed to be

arrears of land revenue and in the event of the Contractor failing or

Contractor liable for

damage done and for

imperfections

Page 89: AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY … · 2019-06-03 · 1 AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY DEPARTMENT E-TENDER NOTICE NO 2051 FOR 2019-20NAME OF WORK: Providing,

89

neglecting to pay the same no demand as aforesaid without

prejudice to any other rights and remedies of the

MJP/Corporation/Council, the same may be recovered from the

Contractor as arrears of land revenue. The MJP/Corporation/Council,

shall also be entitled to deduct the same from any amount which

may then be payable or which may thereafter become payable by

the MJP/Corporation/Council to the contractor either in respect of

the said work or any other work whatsoever or from the amount of

security deposit retained by the MJP/Corporation/Council. During

defect liability period, the work of daily maintenance and general

repairs and expenses thereon would be out of scope of the tender.

However, if any defects in the sub work or in the material are found,

the same will be rectified by the Contractor at his cost and will be

binding on him, failing to which legal action would be taken as per

tender clauses. Ten percent amount will be withheld from security

deposit depending upon the nature of work, till the defect liability

period is over.

1. Pumping Machinery.

a) Pumping machinery and other allied mechanical,

electrical installation (excluding those in the

treatment plant contract), surge arrestors, water

hammer control devices, chlorinators (excluding

those provided in the treatment plant contract)

Five Years

Repairs to the works at (a) above. Five Years

2. WTP/ESR/GSR/BPT, Sump and Pump House, Balancing Tank Etc.

head works, approach bridge

a) Based on Contractor’s own design. Five Year.

b) Based on Departmental design. Five Years

c) Special repairs to ESR/ GSR/ BPT Five Years

d) Ordinary repairs to ESR/GSR/BPT Sump and Pump House, etc. Five Years

3. Pipe Lines.

i) Pumping Mains, Gravity Mains, Leading Mains including all the

fixtures

Five Years

ii) Distribution system, laterals, branch sewers of sewerage system,

etc.

Five Years

Page 90: AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY … · 2019-06-03 · 1 AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY DEPARTMENT E-TENDER NOTICE NO 2051 FOR 2019-20NAME OF WORK: Providing,

90

iii) Repairs to pipe lines under the works at (a) and (b) above. Five Years

The instructions contained in the Government of Maharashtra (Public

Works Department) Resolution dated 14th June, 1989 shall

henceforth be applicable to all the works for which defect liability

periods have been specified as above

Clause 21 : The Contractor shall supply at his own cost all material

(except such special materials, if any, as may in accordance with the

contract be supplied from the MJP/Corporation/Council stores),

plant, tools, appliances, implements, ladders, tackles, scaffolding

and temporary works requisite or proper execution of the work, in

the original, altered or substituted from the whether included in the

specification or other documents forming part of the contract of

referred to in these conditions or not and which may be necessary

for the purpose of satisfying or complying with the requirements of

the Engineer in charge as to any matter as to which under these

conditions he is entitled to as satisfied or which he is entitled to

require together with the carriage therefore to and from the work

Contractor to supply

plant, ladders,

scaffoldings, etc.

The Contractor shall also supply without charge the requisite

number of persons with the means and materials necessary for the

purpose of setting out works and counting, weighing and assisting in

the measurement or examination at any time and from time to time

of the work or the materials, Failing which the same may be

provided by the Engineer-in-charge at the expense of the Contractor

and expenses may be deducted from any money due to the

Contractor under the contract or from his security deposit or the

proceeds of sale thereof or a sufficient portion thereof. The

Contractor shall provide all necessary fencing and lights required to

protect the public from accident and shall also be bound to bear the

expenses of defense of every suit, action or other legal proceedings

that may be brought by any person for injury sustained owing to

neglect of the above precautions and to pay any damages and costs

which may be awarded in any such suit action or other legal

proceedings that may be brought by any person for injury sustained

owing to neglect of the above precautions and to pay any damages

and costs which may be awarded in any such suit action or

proceedings to any such person, or which may with consent of the

Contractor be paid for compromising any claim by any such person.

And is liable for

damages arising from

non-provisions of lights,

fencing, etc

Page 91: AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY … · 2019-06-03 · 1 AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY DEPARTMENT E-TENDER NOTICE NO 2051 FOR 2019-20NAME OF WORK: Providing,

91

List of machinery in contractors possession and which he proposes to

use on the work should be submitted along with the tender.

Clause 21 A : The Contractor shall provide suitable scaffolds and

working platforms, gangways and stairways and shall comply with

the following regulations in connection herewith.

a) Suitable scaffolds shall be provided for workmen for all works

that cannot be safely done from a ladder or by other means.

b) A scaffolds shall not be constructed, taken down or substantially

allowed except

i) Under the supervision of a competent and responsible person,

and

ii) As far as possible by competent workers possessing adequate

experience in this kind of work.

c) All scaffolds and appliances connected herewith and ladders shall.

i) be of sound material

ii) Be of adequate strength having regard to the loads and

strains to which they will be subjected, and

iii) Be maintained in proper condition.

d Scaffolds shall be so constructed that no part thereof can be displaced in consequence

of normal use.

e Scaffolds shall not be over – loaded and so far as practicable the load in consequenceof

normal use

f Before installing lifting gear on scaffolds special precautions shall be taken to ensure

the strength and stability of the scaffolds.

g Scaffolds shall be periodically inspected by a competent person.

h Before allowing a scaffold to be used by his workmen the Contractor shall whether the

scaffold has been erected by his workmen or not, take steps to ensure that it complies

fully with the regulations herein specified.

i Working platform, gangway, stairways shall:-

1) be so constructed that no part thereof can sag unduly or unequally.

2)be so constructed and maintained, having regard to the prevailing conditions as to

reduce as far as practicable risks of persons tripping or slipping, and

3) kept free from any unnecessary obstruction.

j) In the case of working platform, gangways, working places and

Page 92: AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY … · 2019-06-03 · 1 AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY DEPARTMENT E-TENDER NOTICE NO 2051 FOR 2019-20NAME OF WORK: Providing,

92

stairways at a height exceeding 2 meters ( to be specified).

a) every working platform, gangways shall be closely boarded unless

other adequate measures are taken to ensure safety,

b) every working platform, gangway shall have adequate width, and

c) every working platform, gangway, working place and stairway shall

be provided with railing/ barricading

k) Every opening in the floor of a building or in a working platform

shall except for the time and to the extent required to allow the

excess of persons or the transport or shifting of material be

provided with suitable means to prevent the fall of persons or

material.

l)When persons are employed on a roof where there is a danger of

falling from the height exceeding 3 meters ( to be specified)

suitable precautions shall be taken to prevent the fall of persons

or material

m) Suitable precautions shall be taken to prevent persons being

struck by articles, which might fall from scaffolds or other working

places.

n) Safe means of access shall be provided to all working platforms

and other working places.

Liability of contractors

forany damage done in

or outside the work

area

o)The Contractor will have to make payments to laborers as per

Minimum Wages Act.

Clause 21 B :The Contractor shall comply with the following

regulations as regards the Hoisting appliances to be used by him.

a) Hoisting machines and tackles, including their attachments,

anchorages and supports shall.

i) be of good mechanical construction, sound material and adequate

strength and free from patent defect, and

ii) be kept in good repairs and in good working order.

b) Every rope used in hoisting or lowering materials or as a means of

suspension shall be of suitable quality and adequate strength and

free from patent defect.

Employment of female

labor work on Sunday

c) Hoisting machines and shackles shall be examined and adequately

tested after erection on the site and before use and be re-

examined in position at intervals to be prescribed by the

MJP/Corporation/Council.

Page 93: AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY … · 2019-06-03 · 1 AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY DEPARTMENT E-TENDER NOTICE NO 2051 FOR 2019-20NAME OF WORK: Providing,

93

d) Every chain, ring, hook, shackle, swivel and pulley block used in

hoisting or lowering materials or as means of suspension shall be

periodically examined.

e) Every crane driver or hoisting appliance operator shall be properly

qualified.

f) No person who is below the age of 18 years shall be in control of

any hoisting machine, including any scaffold, which gives signals to

the operator.

g) In case of every machine and every chain, ring, hook, Shackle,

swivel and pulley block used in hoisting or lowering or as a means

of suspension, the safe working load shall be ascertained by

adequate means.

h) Every hoisting machine and all gear referred to in proceeding

regulation shall be plainly marked with the safe working load

i) In case of hoisting machine having a variable safe working load,

each safe working load and the conditions under which it is

applicable shall be clearly indicated.

j) No part of any hoisting machine or any gear referred to in

regulation (g) above shall be loaded beyond the safe working load

except for the purpose of testing.

k) Motors, gearing, transmissions, electric wiring and other

dangerous parts of hoisting appliances shall be provided with

efficient safeguards.

l) Hoisting appliances shall be provided with such means, which will

reduce to minimum, and the risks of the accidental descend of

load.

m) Adequate precaution shall be taken to reduce to a minimum the

risk of any part of suspended load becoming accidentally displaced

Clause 22 : The Contractor shall not set fire to any standing jungle,

trees, brushwood or grass without a written permission from the

MJP/Corporation/Council. When such permission is given and also in

all cases when destroying, cut or dug up trees, brushwood, grass,

etc. by fire, the Contractor shall take necessary measures to prevent

such fire spreading to or otherwise damaging surrounding property.

The Contractor shall make his own arrangements for drinking water

for the labor employed by him.

Measures for

prevention of fire.

Clause 23 : Compensation for all damages done intentionally or Liability of Contractor

Page 94: AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY … · 2019-06-03 · 1 AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY DEPARTMENT E-TENDER NOTICE NO 2051 FOR 2019-20NAME OF WORK: Providing,

94

unintentionally by Contractor’s labour whether in or beyond the

limits of the MJP/Corporation/Council property including any

damage caused by the spreading of fire mentioned Clause 22 shall be

estimated by the Engineer-in-charge or such other officer as he may

appoint and the estimate of the Engineer-in-charge subject to the

decision of the Chief Engineer/Commissioner on appeal shall be

final and the Contractor shall be bound to pay the amount of the

assessed compensation on demand, failing which the same will be

recovered from the Contractor as damage in the manner prescribed

in Clause 1 or deducted by the Engineer-in-charge from any sums

that may be due or become due from MJP/Corporation/Council to

Contractor under this contract or otherwise.

for any damage done in

or outside work area.

The Contractor shall bear the expenses of defending any action or

other legal proceedings that may be brought by any person for injury

sustained by him owing to neglect of precautions to prevent the

spread of fire and he shall pay any damages and cost that may be

awarded by the court in consequence.

Clause 24 : The employment of female laborers on works in

neighborhood of soldiers barracks should be avoided as far as

possible.

Employment of female

labor

Clause 25 : No work shall be done on Sunday without the sanction in

writing of the Engineer-in-charge.

Work on Sunday.

Clause 26 : The contract shall not be assigned or sublet without the

written approval of the Engineer-in-charge, and if the Contractor

shall assign or sublet his contract or attempt to do so, or become

insolvent or commence any proceedings to get himself adjudicated

and insolvent or make any composition with his creditors or attempt

so to do so or if bribe, gratuity, gift, loan, perquisite, reward of

advantage, pecuniary or otherwise shall either directly or indirectly

be given, promised or offered by the Contractor or any of his

servants or agents to any public officer or person in the employment

of MJP/Corporation/Council in any relating to his office or

employment or if any such officer or person shall become in any way

directly or indirectly interested in the contract, the Engineer-in-

charge may thereupon by notice in writing rescind the contract, and

Work not to be sublet..

Contract may be

rescinded and security

deposit forfeited for

subletting it without

approval or for bribing

a Public Officer or if

Contractor becomes

insolvent.

Page 95: AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY … · 2019-06-03 · 1 AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY DEPARTMENT E-TENDER NOTICE NO 2051 FOR 2019-20NAME OF WORK: Providing,

95

the security deposit of the Contractor shall thereupon stand forfeited

and be absolutely at the disposal of MJP/Corporation/Council and

the same consequences shall ensure as if the contract had been

rescinded under Clause 3 hereof and in addition the Contractor shall

not be entitled to recover or be paid for any work thereof actually

performed under the contract.

Clause 27 :All sums payable by a Contractor by way of compensation

under any of these conditions shall be considered as a reasonable

compensation to be applied to the use of MJP/Corporation/Council

without reference to the actual loss or damage sustained, and

whether any damage has or has not been sustained

Sum payable by way of

compensation to be

considered as

reasonable without

reference to actual

loss

Clause 28 :In the case of tender by partners, any change in the

constitution of a firm shall be forthwith notified by the Contractor to

the Engineer-in-charge for his information.

Changes in the

constitution of the

firm to be notified.

Clause 29 : All works to be executed under the contract shall be

executed under the direction and subject to the approval in all

respects of the Executive Engineer MJP/Commissioner/Chief Officer,

for the time being, who shall be entitled to direct at what point or

points and in what manner they are to be commenced and from time

to time carried out.

Directions and control

of the Engineer in

charge

Clause 30.1 : Except where otherwise specified in the contract and

subject to the powers delegated to him by MJPCorporation/Council

under the code, rules then in force, the decision of the Executive

Engineer/Commissioner/Chief Officer for the time being shall be

final, conclusive and binding on all parties of the contract, upon all

questions relating to the meaning of the specifications, designs,

drawings and instruction hereinbefore mentioned and as to the

quality of workmanship, or materials used on the work or as to any

other question, claim, right, matter or thing whatsoever, in any way

arising out of or relating to the contract, designs, drawings,

specifications, estimates, instructions, orders, or these conditions, or

otherwise concerning the works, or the execution, or failure to

execute the same, whether arising during the progress of work, or

after the completion or abandonment thereof.

Directions and control

of the Engineer in

charge .

Clause 30.2 : The Contractor may within thirty days of receipt by

Page 96: AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY … · 2019-06-03 · 1 AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY DEPARTMENT E-TENDER NOTICE NO 2051 FOR 2019-20NAME OF WORK: Providing,

96

him of any order passed by the Chief Engineer/Commissioner/Chief

Officer as aforesaid appeal against it to the Chief Engineer MJP with

the contract work or project provided that.

a) The accepted value of the contract exceeds ` 10 lakhs(`. Ten

lakhs)

b) Amount of claim is not less than ` 1.00 lakh (` One Lakh).

Clause 30: If the contractor is not satisfied with the order passed by

the Chief Engineer/Commissioner/Chief Officer as aforesaid, the

contractor may, within thirty days of receipt by him of any such

order, appeal against it to the Member Secretary, MJP who if

convinced that prima facie, the contractors, claim rejected by Chief

Engineer/Commissioner/Chief Officer is not frivolous and that there

is some substance in the claim of the contractor as would merit a

detailed examination in the claim of the contractor and decision by

Secretary Urban development department for suitable decision. The

decision of the MS MJP shall be final and binding on the contractor

and the Engineer-in-charge.

Clause 31 :Deleted

Clause 32 : When the estimate on which a tender is made includes

lump sums in respect of parts of the work, the Contractor shall be

entitled to payment in respect of the items of work involved or the

part of the work in question at the same rates as are payable under

this contract for each item, or if the part of the work in question is

not in the opinion of the engineer-in-charge capable of

measurement, the Engineer-in-charge may at his discretion pay the

lump sum amount entered in the estimate and the certificate in

writing of the Engineer-in-charge shall be final and conclusive

against the Contractor with regard to any sum or sums payable to

him under the provisions of this clause.

Lump sums in

estimates

Clause 33 : In the case of any class of work for which there is no

such specification as is mentioned in Rule I of Form B-1, such work

shall be carried out in accordance with the Divisional specifications

and in the event of there being no Divisional specifications, the work

shall be carried out in all respect in accordance with all instructions

and requirements of the Engineer-in-charge.

Action where no

specifications

Page 97: AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY … · 2019-06-03 · 1 AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY DEPARTMENT E-TENDER NOTICE NO 2051 FOR 2019-20NAME OF WORK: Providing,

97

Clause 34 : The expression ‘Work’ or ‘Works’ where used in these

conditions, shall unless there be something in the subject or context

repugnant to such construction, be constructed to mean the work or

works contracted to be executed under or in virtue of the contract,

whether temporary or permanent and whether original, altered,

substituted or additional.

Definition of work

Clause 35 :The percentage referred to in the tender shall be

deducted from/ added to the gross amount of the bill before

deducting the value of any stock issued.

Contractor’s

percentage whether

applied to net or gross

amount of bill.

Clause 36 : All quarry fees, royalties, octroi duties and ground rent

for stacking materials, if any should be paid by Contractor, which will

not be entitled to a refund of such charges from the

MJP/Corporation/Council. (Please see special clause for royalty).

Quarry fees and

royalties

Clause 37 :The Contractor shall be responsible for and shall pay any

compensation to his workmen payable under the Workmen’s

Compensation Act., 1923 (VIII of 1923), (hereinafter called the said

Act) for injuries caused to the workmen. If such compensation is

payable/ paid by the MJP/Corporation/Council as principal under

sub-section (1) of Section 12 of the said Act on behalf of the

Contractor, it shall be recoverable by the MJP/Corporation/Council

from the Contractor under the sub-section (2) of the said section.

Such compensation shall be recovered in the manner laid down in

Clause 1 above.

Compensation under

Workmen’s

Compensation Act.

Clause 37 A :The Contractor shall be responsible for and shall pay

the expenses of providing medical aid to any workman who may

suffer a bodily injury as a result of an accident. If such expenses are

incurred by MJP/Corporation/Council, the same shall be recoverable

from the Contractor forthwith and be deducted without prejudice to

any other remedy of the MJP/Corporation/Council from any amount

due or that may become due to the Contractor.

Clause 37 B :The Contractor shall provide all necessary personal

safety equipment and first aid apparatus available for the use of the

persons employed on the site and shall maintain the same in

condition suitable for immediate use at any time and shall comply

with the following regulations in connection herewith.

Page 98: AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY … · 2019-06-03 · 1 AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY DEPARTMENT E-TENDER NOTICE NO 2051 FOR 2019-20NAME OF WORK: Providing,

98

a) The workers shall be required to use the equipments so provided

by the Contractor and the Contractor shall take adequate steps to

ensure proper use of the equipment by those concerned

b) When work is carried on in proximity to any place where there is a

risk of drowning, all necessary equipment shall be provided and

kept ready for use and all necessary steps shall be taken for the

prompt rescue of any person in danger.

c) Adequate provision shall be made for prompt first-aid treatment

of all injuries likely to be sustained during the course of the work.

Clause 37 C : The Contractor shall duly comply with the provisions of ‘The Apprentices Act, 1961’ (III of 1961), the rules made thereunder and the orders that may be issued from time to time under the said Act and the said Rules and on his failure or neglect to do so he shall be subjected to all the liabilities and penalties provided by said Act and said Rules.

Clause 38 : I) Quantities in respect of the several items shown in the tender are approximate and no revision in the tendered rate shall be permitted in respect of any of the items so long as subject to any special provision contained in the specifications prescribing a different percentage of permissible variation in the quantity of the item does not exceed the tender quantity to more than 25% and so long as the value of the excess quantity beyond this limit at the rate of the item specified in the tender, is not more than ` 5,000/- (Whichever is more)

Quantities put to tender

are approximate.

Excess quantity beyond

quantity put to tender will

be governed as per

Cl.38

ii) the Contractor shall, if ordered in writing by the Engineer so to do, also carry out any quantities in excess of the limit mentioned above in sub –clause (1) hereof on the same conditions and in accordance with the specifications in the tender and the rates

a) derived from the rates entered in Current Schedule of Rates and in the absence of such rates

b) At the rates prevailing in the market. The said rates being increased or decreased as the case may be by the percentage which the total tendered amount upon the schedule of rates applicable to the year in which the tender were accepted

For the purpose of operation of this clause ,this cost shall be worked out from the DSR prevailing at the time of inviting of tender. The cost of Clause 38 is Rs ------------------- (Rs.---------------------------------------------------------------------------------------------- Only )

Page 99: AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY … · 2019-06-03 · 1 AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY DEPARTMENT E-TENDER NOTICE NO 2051 FOR 2019-20NAME OF WORK: Providing,

99

iii) This clause is not applicable to extra items.

iv) Claims arising out of reduction in the tendered quantity of any item beyond 25% will be governed by the provision of Clause 15 only when the amount of such reduction beyond 25% at the rate of the item specified in the tender is more than ` 5,000/- This reduction is exclusively the reduction in Clause Nos. 14 & 15 of the work and site conditions.

v) There is no change in the rate if the excess is less than or equal to 25%. Also there is no change in the rate if the quantity of work done is more than 25% of the tendered quantity, but the value of the excess work at the tendered rates does not exceed ` 5,000/-

vi) The quantities to be paid at the tendered rates shall include,

a) tendered quantity plus 25% excess of tendered quantity or the excess quantity of the value of ` 5,000/- at tendered rate whichever is more

Clause 38 A : The Executive engineer MJP/Engineer in chargeChief officer of Municipal council/corporation shall see that claim towards excess quantity under this clause 38 is submitted to higher authority immediately on its cropping up. The Executive Engineer/Engineer in chargeChief officer of Municipal council/corporation while making such payment shall see that the total expenditure shall not exceed sanctioned cost of the scheme. If the proposal of Clause 38 is submitted to competent authority for payment then interim 50% payment will be released as under

Interim payment for

excess quantity

a) At accepted tender rate or current schedule rate whichever is less subject to condition that total expenditure on the tender shall not exceed sanctioned cost of the scheme

Clause 38-B : If the rate entered in to schedule B for the work of excavation of pipeline is a combined rate for different strata then the rate entered in Schedule-B will be applicable for quantity 25% in addition to the quantity mentioned in schedule-B of all items of excavation for pipe line trenches and for excess over 25% of Schedule-B quantity ,the rate payable to the contractor shall be worked out from the CSR by considering following percentage of excavation in different strata irrespective of actual strata met at the site for the increased quantity.

Payment for average

rate of excavation

1) Excavation in all types of soils,. Sand, gravel and soft murum with lead up to 50 meter and lift as involved. Including dewatering,

Page 100: AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY … · 2019-06-03 · 1 AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY DEPARTMENT E-TENDER NOTICE NO 2051 FOR 2019-20NAME OF WORK: Providing,

100

shoring and strutting etc. excluding refilling etc. % of average rate for lift 0.00 to 1.50 meter and____ % for lift ____.

2) Excavation in hard murum and boulders with lead up to 50 m and

lead and lift as involved including dewatering, shoring and strutting etc. excluding refilling etc. ____% of average rate for lift ______ meter and %____ for lift ___.

3) Excavation in soft rock and old cement and lime masonry with lead upto 50 m and lift as involved, including dewatering, shoring and strutting, excluding refilling etc. ___% of average rate for lift ____ and ___% for lift ____.

4) Excavation in hard rock and concrete road by chiseling wedging line drilling by mechanical means or by all means other than blasting with lead upto 50m and lift as involved, including dewatering, shoring and strutting etc. excluding refilling ____% of average rate for lift 0.00 to 1.590 m _____% and 1.50 to 3.00 m.

(Note-Sheet is attached separately)

Clause 39 : The Contractor shall employ any famine, convict or other labour of a particular kind or class if ordered in writing to do so by the Engineer-in-charge.

Employment of famine

labour, etc

Clause 40: No compensation shall be allowed for any delay caused in the starting of the work on account of acquisition of land or, in the case of clearance works, on account of any delay in accordance to sanction of estimates.

Claim for compensation

for delay in starting the

work.

Clause 41: No compensation shall be allowed for any delays in the execution of the work on account of water standing in borrow pits or compartments. The rates are inclusive for hard or cracked soil, execution in mud, sub-soil, water standing in borrow pits and no claim for an extra rate shall be entertained unless otherwise expressly specified.

Claims for compensation

for delay in execution

of the work.

Clause 42 : The Contractor shall not enter upon or commence any portion of work except with written authority and instructions of the Engineer-in-charge of his subordinate in charge of the work. Failing such authority the Contractor shall have no claim to ask for measurements of or payment for work.

Entering upon or

commencing any portion

of work

Clause 43 :

i) No Contractor shall employ any person who is under the age of 18

Page 101: AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY … · 2019-06-03 · 1 AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY DEPARTMENT E-TENDER NOTICE NO 2051 FOR 2019-20NAME OF WORK: Providing,

101

years.

ii) No Contractor shall employ donkeys or other animals with

breaching of string or thin rope. The breaching must be at least

three inches wide and should be of tape (Nawar).

iii) No animal suffering from sores, lameness or emaciation or

which is immature shall be employed on the work.

iv) The Engineer-in-charge or his agent is authorized to remove

from the work, any person or animal found working which does

not satisfy these conditions and no responsibility shall be

accepted by the MJP/Corporation/Council for any delay caused in

the completion of the work by such removal.

Minimum age of persons

employed,

the employment of

donkeys and other

animals and the

payment of fair wages.

v) The Contractor shall pay fair and reasonable wages to the

workmen employed by him in the contract undertaken by him,

In the event of the dispute arising between the Contractor and

his workmen on the grounds that the wages paid are not fair

and reasonable, the dispute shall be referred without delay to

the Engineer in charge who shall decide the same. The decision

of the Executive engineer shall be conclusive and binding on the

Contractor but such decision shall not in any way affect the

conditions in the contract regarding the payment to be made by

the MJP/Corporation/Council at the sanctioned tender rates.

vi) Contractor shall provide drinking water facilities to the

workers. Similar amenities shall be provided to the workers

engaged on large work in urban areas

vii) Contractor to take precautions against accidents which taken

place on account of labour using loose garments while working

near machinery.

Clause 44: Payment to Contractors shall be made by cheque

drawn on Executive Engineer /Commissioner/Chief Officer/

Engineer in charge’s account provided the amount exceeds `

1000/- Amounts not exceeding 1000/- will be paid in cash.

Method of payment

Clause 45: Any Contractor who does not accept these conditions Acceptance of conditions

Page 102: AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY … · 2019-06-03 · 1 AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY DEPARTMENT E-TENDER NOTICE NO 2051 FOR 2019-20NAME OF WORK: Providing,

102

shall not be allowed to tender for work. compulsory before

tendering for work.

Clause 46 : If Government declares a site of scarcity or famine to

exist in any village situated within 16 Kms of the work, the

Contractor shall employ upon such parts of the work, as are

suitable for unskilled labour, any person certified to him by the

Executive Engineer/Engineer in chargeChief officer of Municipal

council/corporation, or by any person to whom the Executive

Engineer/Engineer in chargeChief officer of Municipal

council/corporation may have delegated this duty in writing to be

in need on relief and shall be bound to pay to such person wages

not below the minimum wages which Government may have fixed

in this behalf. Any disputes which may arise in connection with

the implementation of this clause shall be decided by the

Engineer in charge whose decision shall be final and binding on

the Contractor.

Employment of scarcity

labour

Clause 47: The price quoted by the Contractor shall not in any

case exceed the control price, if any, fixed by Government or

reasonable price which is permissible for him to charge a private

purchaser for the same class and description, the control price or

the price permissible under the provisions of Hoarding and

Profiteering Preventing Ordinance, 1948 as amended from time to

time. If the price quoted exceeds the controlled price or the price

permissible under Hoarding and Profiteering Prevention

Ordinance, the Contractor will specifically mention this fact in his

tender along with the reasons for quoting such higher prices. The

purchaser at his discretion will in such case exercise the right of

revising the price at any stage so as to conform to the controlled

price as permissible under the Hoarding and Profiteering

Prevention Ordinance. This discretion will be exercised without

prejudice to any other action that may be taken against the

Contractor.

Price not to exceed

controlled price fixed by

Govt.

Clause 47 A : The tender rates are inclusive of all taxes, rates,

cess and are also inclusive of the livable tax in respect of sale by

transfer of property in goods involved in the execution of work

contract under the provision of Rule 58 of Maharashtra Value

added Tax ACT 2005 for the purpose of levy of tax

Rate inclusive of all

taxes

Page 103: AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY … · 2019-06-03 · 1 AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY DEPARTMENT E-TENDER NOTICE NO 2051 FOR 2019-20NAME OF WORK: Providing,

103

The rates to be quoted by the contractor must be inclusive of all

taxes including VAT. No extra payment on this account will be

made to the contractor

Clause 48 : In case of materials that may remain surplus with the

Contractor from those issued, the date of ascertainment of the

materials being surplus will be taken as the date of sale for the

purpose of Sales Tax and the Sales Tax will be recovered on such

date.

Sale tax on surplus

material

Clause 50 : The Contractor shall employ at least 80 percent of the

total number of unskilled labour to be employed by him on the

said work from out of the persons ordinarily residing in the district

in which site of the said work is located. Provided, however, that

if required number of unskilled labour from that district is not

available, the Contractor shall in the first instance employ such

number of persons as is available and thereafter may with the

previous permission in writing of the Engineer-in-charge of the

said work obtain the rest of the requirement of unskilled labour

from outside of district.

Employment of local

labour

Clause 51 : The Contractor shall pay the labourers – skilled and

unskilled according to the wages prescribed by Minimum Wages

Act applicable to the area in which the work of the Contractor is

located. The Contractor shall comply with the provision of the

Apprentices Act, 1961 and the Rules and Orders issued there

under from time to time.. The Contractor shall be liable for any

pecuniary liability arising on account of any violation by him of

the provisions of the Act. The Contractor shall pay the labourers –

skilled and unskilled- according to wages prescribed by Minimum

Wages Act applicable to the area in which the work lies.

Wages to be paid to the

skilled and unskilled

labours employed by

contractor.

Clause 52 :All amounts whatsoever which the Contractor is liable

to pay to the MJP/Corporation/Council in connection with the

execution of the work including the amount payable in respect of

i)materials and/ or stores supplied/ issued hereunder by the

Corporation/Council to the Contractor,

ii) hire charges in respect of heavy plant, machinery and

equipment given on hire by the MJP/Corporation/Council to the

Page 104: AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY … · 2019-06-03 · 1 AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY DEPARTMENT E-TENDER NOTICE NO 2051 FOR 2019-20NAME OF WORK: Providing,

104

Contractor for execution by him of the work and/ or for which

advances have been given by the MJP/Corporation/Council to the

Contractor shall be deemed to be arrears of the land revenue and

MJP/Corporation/Council without prejudice to any other rights

and remedies of the Corporation/Council recover the same from

the contractor as a arrears of land revenue

Clause 53 : The Contractor shall duly comply with all the

provisions of the Contract Labour (Regulation and Abolition) Act,

1970 (37 of 1970) and the Maharashtra Contract Labour

(Regulation and Abolition) Rules 1971 as amended from time to

time and all other relevant statutes and statutory provisions

concerning payment of wages particularly to workmen employed

by the contractor and working on the site of the work. In

particular and contractor shall pay wages to each worker

employed by him on the site of the work at the rates prescribed

under the Maharashtra Contract Labour (Regulation and Abolition)

Rules 1971. If the contractor fails or neglect to pay wages at the

said rates or makes short payment and the

MJP/Corporation/Council makes such payment of wages in full or

part thereof less paid by the contractor, as the case may be, the

amount so paid by the MJP/Corporation/Council to such workers

shall be deemed to be debt payable by the Contractor and the

MJP/Corporation/Council shall be entitled to recover the same as

such from the contractor or deduct same from the amount

payable by the MJP/Corporation/Council to the contractor

hereunder or from any other amounts payable to him by the

MJP/Corporation/Council.

Clause 54 : Where the work are required to work near Machine

and are liable to accident they should not be allowed to wear

loose clothes like Dhoti, Jhabba etc.

Clause 55 : The Contractor shall comply with the provisions of the

Apprentices Act, 1961 and the Rules and Orders issued there

under from time to time

Clause 56 : In view of the difficult position regarding the

availability of the Foreign exchange, no foreign exchange, will be

Page 105: AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY … · 2019-06-03 · 1 AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY DEPARTMENT E-TENDER NOTICE NO 2051 FOR 2019-20NAME OF WORK: Providing,

105

released by the Department for the purchase of the Plant and

Machinery required for the execution for the work concerned

work.

Clause 58 (A) : Conditions of Malaria Eradication. Anti-Malaria and other

health measures.

a) The anti malaria and the health measures shall be as directed

by the Joint Director (Malaria and Filarial) of Health Service,

Pune.

b) Contractor shall see that most autogenic conditions are not

created so as to keep vector population to minimum level

c) Contractor shall carry out anti malaria measures in the area as

per guidelines prescribed under National Malaria Eradication

Programmeand as directed by the Joint Director ( M & F) of

Health Services, Pune

d) In case of default in carrying out prescribed anti malaria

measures resulting in increase in malaria incidence contractor

shall be liable to pay to Government the amount spent by

Government on anti malaria measures to control the situation

in addition to fine.

e) Relations with Public Authorities.

The contractor shall make sufficient arrangements for draining

away the sullage water as well as water coming from the

bathing and washing places and shall dispose of this water in

such a way as not to cause, any nuisance. He shall also keep the

premises clean by employing sufficient number of sweepers.

The contractor shall comply with all rules, regulations, bye-laws

and directions given from time to time by any local or public

authority in connection with this work and shall pay fees or

charge which are leviable on him without any extra cost to

Government

Clause 58 (B) : The successful contractor will have to enter into

agreement in form specified by MJP/Corporation/Council on a

stamp of required amount as per rules in force. The stamp

charges shall be borne by the contractor

Clause 59 :.Deleted

Page 106: AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY … · 2019-06-03 · 1 AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY DEPARTMENT E-TENDER NOTICE NO 2051 FOR 2019-20NAME OF WORK: Providing,

106

Clause 60 :The contractor shall provide and maintain

barricades, guards, guard rails, temporary bridges and

walkways, watchmen, headlights and danger signals illuminated

from sunset to sunrise and all other necessary appliances and

safeguards to protect the work, life, property, the public

excavations, equipment and materials. Barricades shall be

substantial construction and shall be painted such as to increase

their visibility at night. For any accident arising out of the

neglect of above instructions, the contractor shall be bound to

bear the expenses of defence of every suit, action or other legal

proceedings, at law, that may be brought by any person for

injury sustained owing to neglect of the above precautions and

to pay all damages and costs which may be awarded in any such

suit, action or proceedings to any such person or which may

with the consent of the contractor be paid in compromising any

claim by any such person.

Insurance

Clause 61 :The contractor shall take out necessary insurance

policy /policies so as to provide adequate insurance cover for

execution of the awarded work from the Director of insurance

Maharashtra State Mumbai. However if contractor desire to

effect insurance with local office of any insurance company

same should be under the Co-insurance-come- servicing

arrangement approved by the director of insurance if the policy

taken out by the contractor is not Co – Insurance basis(GIF- 60%

and insurance company -40%) the same will not be accepted and

the amount of the premium calculated by director of insurance

will be recovered directly from the amount payable to the

contactors for the executed contract work.

1 Loss of or damage to the Civil and Mechanical and Electrical

equipments supplied/installed including the materials such as

pipes, valves, specials etc. brought on site

Loss of or damage to contractor’s equipments including his

vehicles.

Loss of or damage to property (except the works, Plant material

Page 107: AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY … · 2019-06-03 · 1 AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY DEPARTMENT E-TENDER NOTICE NO 2051 FOR 2019-20NAME OF WORK: Providing,

107

and Equipment) in connection with the contractor, and :

Personal injury or death due to vehicles of the contractor and or

due to any accident that may arise at or around the site to the

Contractor personnel or to the MJP/Council/Corporation staff or

to any other person not connected with

MJP/Council/Corporation /Contractor

2

.

Policies and certificates for insurance shall be delivered by the

Contractor to the Engineer for the Engineer’s approval before

the date of actual starting of work. All such insurance shall

provide for compensation to be payable in the types of

proportions of currencies required to rectify the loss or damage

incurred

3

.

If the contractor did not produce any of the policies and

certificates required the Engineer may effect the Insurance for

which the contractor should have produced the policies

certificates and recover the premium it has paid from payment

otherwise due to the contractor or, if no payments due to

payment of the premiums shall be of debt due.

4

.

Alternations to the terms of an insurance shall not be made

without the approval of the Engineer

5

.

The minimum insurance cover for loss damages to physical

property, injury and death shall be 10% of the contract cost per

occurrence with number of occurrences as 3(Three). After each

occurrence the contractor shall pay additional premium

necessary so as to keep the insurance police valid always till the

defect liability period is over

6

.

No payment will be released to the contractor until the

insurance coverage with the Govt. Insurance fund, Maharashtra

State is provided and unless the proof of insurance coverage is

produced by the Contractor to the Engineer-in-Charge

Page 108: AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY … · 2019-06-03 · 1 AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY DEPARTMENT E-TENDER NOTICE NO 2051 FOR 2019-20NAME OF WORK: Providing,

108

Clause 62:During execution of work excavation is required to be

carried out for various sub-works for which royalty is required is

to be paid by the contractor.

During execution of work and till completion if point of royalty

is raised by collector office it will be sole responsibility of the

contractor to pay royalty charges/compensation if any to

concern. Until the certificate from the collector office

regarding royalty charges is not submitted by the contractor,

final bill and security deposit for such work will not be payable

to the contractor.

Executive Engineer/Enginerer in charge

Ahmednagar Municipal Corporation

Page 109: AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY … · 2019-06-03 · 1 AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY DEPARTMENT E-TENDER NOTICE NO 2051 FOR 2019-20NAME OF WORK: Providing,

109

GENERAL SCOPE OF WORK

Maharashtra Jeevan Pradhikaran/AHMEDNAGARMuncipal Corporation

WATER SUPPLY DEPARTMENT

NAME OF WORK :Providing, Lowering, laying and Jointing D.I.K-7 Pipeline for

Shifting Pipeline under Widening of National Highway Road from Chandani

Chowk - Patil Hospital - Swastik Chowk - Hotel Yash Palace

GENERAL SCOPE OF WORK

Ahmednagar Water Supply Scheme ( AMRUT) comprises largely of sub-works of:

(a) Approach Channel ( L= 50 rmt),

(b) renovation of existing Jack well with Pump house ( 17.5 x 6.8 RMT),

(c) R/W/R/M from existing J/W to existing BPT 1016 mm dia MS 500 rmt

(d) Renovation of existing BPT of cap 2.25 ML.

(e) R/W/G/M from exist. BPT to Vilad WTP 1219 mm MS (L=4000M), 1100 MM DI K7

(L= 14100).

(f) Erection of Conventional WTP 45 MLD with SCADA and Automation.

(g) Renovation of existing 3 WTPs of cap 16MLD, 22MLD, 35MLD, with SCADA &

Automation.

(h) P/W/R/M from proposed WTP at vilad to GSR at Vasant tekadi MS pipeline 1016

mm diameter (L=17500M)

(i) Erection of GSR of 5ML at vasanttekadi and renovation of existing GSR at Vasant

tekadi( cap 6.8ML)

(j) Providing erecting and commissioning of grid solar power plant of 5MW near 73 MLD

WTP at vilad.

(k) Miscellaneous works

Page 110: AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY … · 2019-06-03 · 1 AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY DEPARTMENT E-TENDER NOTICE NO 2051 FOR 2019-20NAME OF WORK: Providing,

110

SCHEDULE-A

Page 111: AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY … · 2019-06-03 · 1 AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY DEPARTMENT E-TENDER NOTICE NO 2051 FOR 2019-20NAME OF WORK: Providing,

111

Maharashtra Jeevan Pradhikaran/AHMEDNAGARMunIcipal Corporation/Council

NAME OF WORK :Providing, Lowering, laying and Jointing D.I.K-7 Pipeline for Shifting Pipeline under Widening of National Highway Road from Chandani Chowk - Patil Hospital - Swastik Chowk - Hotel Yash Palace

MATERIAL TO BE ISSUED UNDER SCHEDULE ‘A’

Statement showing the material to be supplied from the store for the work contracted to be executed and preliminary and ancillary works and the rate at which they are to be charged. Sr. No.

Particulars of Material

Approx. Quantity

& Unit

Rate at which the material

will be charged for

Place of delivery

1 2 3 4 5 1 D I pipes 1100 MM DI K7 14100 RMT Free of cost Store of Municipal

Corporation Ahmednagar

Page 112: AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY … · 2019-06-03 · 1 AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY DEPARTMENT E-TENDER NOTICE NO 2051 FOR 2019-20NAME OF WORK: Providing,

112

Maharashtra Jeevan Pradhikaran/AhmednagarMuncipal Corporation

NAME OF WORK : -Providing, Lowering, laying and Jointing D.I.K-7 Pipeline for

Shifting Pipeline under Widening of National Highway Road from Chandani

Chowk - Patil Hospital - Swastik Chowk - Hotel Yash Palace

CONDITIONS FOR MATERIAL SCHEDULE ‘A’

1. Other materials except as shown in Schedule ‘A’ required for the work shall be

procured and supplied by the contractor at his cost. In such cases the test

certificate for their quality shall have to be produced by the contractor.

2. Material shall be available for delivery on any working day from 11.00 A.M. to

05.00 P.M. with at least week’s intimation in advance.

3. The contractor shall maintain proper account of consumption of all material

supplied to him by the department as per Schedule ‘A’ in the register which

may be if required, modified as prescribed by AHMADNAGARMuncipal

Corporation and shall submit the extract of the same monthly to the Executive

Engineer/Engineer in charge. The Executive Engineer/Engineer in charge shall

reserve the right to stop further issue of material to the contractor, if monthly

account of the previously issued material is not submitted by the contractor. He

shall be fully responsible for the consequence arising out of this.

The contractor shall responsible for proper handling and safe custody of

material issued to him by Municipal Corporation, for use on the work and shall

return to Government all surplus material after completion of work, if and as

ordered by the Executive Engineer vide Clause 12 of B.1 Form. The cost of

damages or unserviceable material as would be fixed by the Engineer-in-charge

shall be recovered from the contractor. The material, which is not found,

accounted properly after considering reasonable percentage of wastage shall

be charged at penal rates as determined by the Engineer-in-charge.

4. The contractor shall at his own cost make arrangement for storing cement

brought by him by constructing a pakka shed and platform, etc. with double

locking arrangements. Any damage to the cement due to inadequate provision

of store theft, etc. will to the account of the contractor.

Page 113: AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY … · 2019-06-03 · 1 AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY DEPARTMENT E-TENDER NOTICE NO 2051 FOR 2019-20NAME OF WORK: Providing,

113

5. If there is delay in supplying the materials due to reasons outside the control of

the Department or due to the materials being out of stock, no claim for

compensation will be considered on the ground of delay in the supply of

materials.

6. All the materials mentioned in Schedule ‘A’ required for the work shall be

obtained from the Department’s store only where otherwise provided. The

material obtained from other sources shall not be allowed to be used except

under written permission of the Engineer-in-charge and after producing

necessary test certificate.

7. The contractor shall inspect the material thoroughly before taking delivery of

the same and shall take the delivery in good and sound condition and sign the

unstamped receipt in token of receipt. Damages to the material noticed

afterwards will be to the account of the contractor.

8. Quantities in Schedule ‘A’ are approximate and shall vary according to actual

and bonafied use.

9. All the materials remaining unused after the completion of the work are to be

returned to Municipal Corporation at their store at the cost of the contractor

and the credit if due will be given as per rules in force.

10. Once the materials are issued to the contractor at the Ahmednagar MC’s store,

he shall remove the same immediately to his stores, failing which rent as

decided by Engineer-in-charge shall be recovered from the contractor.

11. The contractor shall submit account of all the materials issued to him

previously before demand for any fresh materials is made. Materials that

cannot be accounted for shall be recovered from him at the rates decided by

the Executive Engineer/Engineer in charge.

12. The contractor will have to provide the manufacturer test report from

Government Laboratory regarding steel to be provided by the contractor.

13. If the contractor fails to return the balance materials with the firm, the same

shall be recovered at two times the issue rate or at the prevailing market rate,

whichever is higher.

14. C.I. flanged and S/s specials required other than that not available with the

department for the work will be supplied by contractor as per necessity of the

Page 114: AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY … · 2019-06-03 · 1 AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY DEPARTMENT E-TENDER NOTICE NO 2051 FOR 2019-20NAME OF WORK: Providing,

114

work.

15. The contractor shall be responsible for safety of materials (even if it is laid in

ground) till satisfactory Hydraulic Test is completed and work is finally handed

over to the AhmednagarMC.

16. If the material supplied to the contractor at the place other than mentioned in

Schedule ‘A’, the transport charges will be paid as per prevailing DSR for the

shortest between stipulated place of delivery and actual place of delivery. In

addition Octroi on such a material, if paid by the contractor, same shall be

reimbursed to the contractor on production of proof of payment of such

charges to Municipal Corporation.

17. All the material other than that scheduled in schedule A, be it be in schedule B,

or that that shall crop under excess quantity or extra item shall be payable

only upon consumption of the same i.e. 90 % the cost of procurement on

jointing and consumption of the same and balance of 10% on hydraulic testing

of the same with the that of the pipeline.

Page 115: AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY … · 2019-06-03 · 1 AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY DEPARTMENT E-TENDER NOTICE NO 2051 FOR 2019-20NAME OF WORK: Providing,

115

SCHEDULE-B

Page 116: AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY … · 2019-06-03 · 1 AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY DEPARTMENT E-TENDER NOTICE NO 2051 FOR 2019-20NAME OF WORK: Providing,

116

ANNEXURE-1 INFORMATION ABOUT WORK IN HAND

(To be supported with certificate signed by concerned Superintending Engineer/City Engineer) in case Col. 8 shows the cost of completed work as more than 80%)

Sr. No.

Name of

Works

Name of

Division/MC

Accepted

Tender Cost.

Cost of supply

of pipes

Balance

cost ( 4-5)

Cost of work

completed as on

________ (Excluding supply of

pipe)

Proportion of Col.7 to

Col.6 %

Reason for delay (if any)

for completion of balance

work.

1 2 3 4 5 6 7 8 9

Page 117: AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY … · 2019-06-03 · 1 AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY DEPARTMENT E-TENDER NOTICE NO 2051 FOR 2019-20NAME OF WORK: Providing,

117

ANNEXURE-2

DETAILS OF MACHINERY AVAILABLE WITH THE TENDERER

FOR THE USE ON THIS WORK

Sr.No Name of

Equipment

No. of unit Name of Make Capacity Age and

Condition

Remark

Page 118: AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY … · 2019-06-03 · 1 AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY DEPARTMENT E-TENDER NOTICE NO 2051 FOR 2019-20NAME OF WORK: Providing,

118

ANNEXURE-3

FORM OF BANK GUARANTEE

BANK GUARANTEE

(Security for Performance)

In consideration of the Chief Engineer/Commissioner/Chief Officer (hereinafter

called “MJP/ Ahmednagar Municipal Corporation” (..MC) having agreed to exempt

hereafter called “The said contractor”) from the demand, under the terms and

conditions of an Agreement dated (hereafter called “the said Agreement”) made

between the MJP/Commissioner/Chief Officer …MC and the said contractor for the

Security Deposit for the due fulfillment by the said contractor of the terms and

conditions contained in the said Agreement, on production of the Bank Guarantee for

Rs___________________(In words Rs__________________________________________)

we, (hereinafter referred to as “the Bank” at the request of the said contractor do

hereby undertake to pay to the MJP/MC an amount not exceeding the above said

amount of Guarantee against any loss or damage caused to or would be caused to or

suffered by the MJP/AhmadnagarMC by reason of any breach by the said contractor or

any of the terms or conditions.

2. We, _______________________________________________ do hereby

undertake to pay the amounts due and payable under this Guarantee without any

demur, in hereby on a demand from the MJP/Ahmadnagar MC stating that the amount

claimed is due by way of loss or damage caused to or would be to or suffered by the

MJP/Ahmadnagar MC by reason of breach of the said contractor of any of the terms or

condition contained in the said agreement or any reason of the contractor’s failure to

perform the said Agreement. Any such demand made on the Bank shall be conclusive

as regards the amount due and payable by the Bank under this Guarantee. However,

our liability under this Guarantee shall be restricted to an amount not exceeding the

above said amount Guarantee.

3. WE undertake to pay to the MJP/ Ahmednagar MC any money so demanded not

withstanding any dispute or disputes raised by the Contractor in any suit or

proceeding pending before any court or Tribunal relating thereto our liability under

this present being absolute and unequivocal.

The payment so made by us under this bond shall be a valid discharge of our

liability for payment there under and the contractor shall have no claim against us for

Page 119: AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY … · 2019-06-03 · 1 AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY DEPARTMENT E-TENDER NOTICE NO 2051 FOR 2019-20NAME OF WORK: Providing,

119

making such payment

4. We ________________________________________________________ further

agree that the guarantee herein contained shall remain in full force and effect during

the period that would be taken for the performance of the said Agreement and that it

shall continued to be enforceable till all the dues of the MJP/Ahmadnagar MC under

or by virtue of the said Agreement have been fully paid and its claims satisfied or

discharged till MJP/Ahmadnagar MC certified that the terms and conditions of the said

Agreement have been duly and properly carried out by the said contractor and

accordingly discharges this guarantee unless a demand or claim under this guarantee

is made on us in writing on or before we shall be discharged from all liability under

this guarantee thereafter.

5. We ________________________________________________________ further

agree with the MJP/Ahmadnagar MC that the MJP/Ahmadnagar MC shall have the

fullest liberty without our consent and without affecting in any manner our

obligations here under to vary any of the terms and conditions of the said Agreement

or to extend time of performance by the said contractor from time to time or to

postpone for any time or from time to time any of the powers exercisable by the

MJP/Ahmadnagar MC against the said contractor and to forbear or enforce any of the

terms and conditions relating to the said Agreement, and we shall not be relieved

from any liability by reason of any such variation, or extension being granted to the

said contractor, or for any forbearance act or omission on the part of the

MJP/Ahmadnagar MC any indulgence by the MJP/Ahmadnagar MC to the said

contractor or by any such matter or thing whatsoever which under the law to sureties

would, but for this provisions, have effect of so relieving us.

6. This guarantee will not be discharged due to the change in the constitution of

the Bank or of the Contractor.

7. We, lastly undertake not revoke this guarantee during its currency except with

the previous consent of the MJP/Ahmadnagar MC in writing.

Dated the day of 2014-15

For ________________________________

(Indicate the name of the Bank)

Note: However, these forms will be as per the current practices of MJP/

Ahmednagar MC and Banks.

Page 120: AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY … · 2019-06-03 · 1 AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY DEPARTMENT E-TENDER NOTICE NO 2051 FOR 2019-20NAME OF WORK: Providing,

120

ANNEXURE-4

UNDERTAKING FOR GUARANTEE

I/We Guarantee that :

1 I/We will replace repair and adjust free of all charges to the employer any part

of the work which fails to comply with the Specifications or amendment to such

specifications as refereed to in our specifications attached to tender, fair were

and tear except until the completion and for a period mentioned under clause

20 from the date or completion of contract.

2 All the work will be reliable.

3 All the work will be of a type which has been proved in service to be suitable

for the duty required by the specifications and will be manufactured and tested

in accordance with the appropriate standard specifications approved by the

Engineer-in-charge.

4 I/We accept the abide by the clause relating to quality and guarantee of work.

DATE : CONTRACTOR

Page 121: AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY … · 2019-06-03 · 1 AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY DEPARTMENT E-TENDER NOTICE NO 2051 FOR 2019-20NAME OF WORK: Providing,

121

ANNEXURE-5

DECLARATION BY CONTRACTOR

Page 122: AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY … · 2019-06-03 · 1 AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY DEPARTMENT E-TENDER NOTICE NO 2051 FOR 2019-20NAME OF WORK: Providing,

122

MAHARASHTRA JEEVAN PRADHIKARAN/AhmadnagarMuncipal Corporation

WATER SUPPLY DEPARTMENT

Name of work :- Providing, Lowering, laying and Jointing D.I.K-7 Pipeline for

Shifting Pipeline under Widening of National Highway Road from

Chandani Chowk - Patil Hospital - Swastik Chowk - Hotel Yash

Palace

DECLARATION

I hereby declare that I have made myself thoroughly conversant with the

local conditions regarding all materials such as stones, murum, sand, availability of

water etc. and labour on which I have based my rates for this work. The

specifications and requirements of lead for this work have been carefully studied and

understood by me before submitting the tender. I undertake to use only the best

materials, to be approved by the Chief Engineer/Commissioner/Engineer in charge of

the work or his duly authorized representative, before starting the work and also to

abide by his decision.

I hereby undertake to pay the labours engaged on the work as per Minimum

Wages Act 1984 applicable to the zone concerned.

Contractor'sSignatur

Page 123: AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY … · 2019-06-03 · 1 AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY DEPARTMENT E-TENDER NOTICE NO 2051 FOR 2019-20NAME OF WORK: Providing,

123

ANNEXURE-6

COLLABORATION AGREEMENT

Page 124: AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY … · 2019-06-03 · 1 AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY DEPARTMENT E-TENDER NOTICE NO 2051 FOR 2019-20NAME OF WORK: Providing,

124

Annexure-B

COLLABORATION AGREEMENT

This agreement made at (Place) this day (date,

month and year) between M/s. (Name of

the bidder, who intends to collaborate and its registered office address) here-in-after

referred as (Principal contractor) which expression shall unless it be repugnant to the

context or contrary to the meaning there of be deemed to mean and includes its

successors in business and permitted assigns of the ONE PART and M/s --------------------

-----------------------------------------(name of the collaborator and its registered address)

here-in-after referred as (Collaborator) which expression shall unless it be repugnant

to the context or contrary to the meaning there of be deemed to mean and includes

its successors in business and permitted assigns of the OTHER PART.

WHERE AS

1) MJP/………………… Municipal Corporation/Council has floated a tender for the

work ----------------------------------------------------------------------------------

------------ Ta.---------------------------- Dist

(Principal contractor) --------------------------------------------------------registered with

Maharashtra Jeevan Pradhikaran/MCGM/MIDC/CIDCOANY GOVT ORGANIZATION in Class

--------is a well established contractor engaged in the activities of execution of water

supply projects.

1. (Collaborator) ------------------------------------Registered with Maharashtra Jeevan

Pradhikran/MIDC/MCGM/CIDCO/ANY GOVT in Civil/Mechnical Class--------- is well

established contractor having the experience of work mentioned in para 4.

1. The principal contractor desires to collaborate with the collaborator for execution

of following works, as he don’t have sufficient experience of this particular work

included in tender as mentioned in para 1 above.

Sr.No. Name of work Amount

Total :-

(Note :- It is obligatory to furnish above information otherwise collaboration

Page 125: AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY … · 2019-06-03 · 1 AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY DEPARTMENT E-TENDER NOTICE NO 2051 FOR 2019-20NAME OF WORK: Providing,

125

agreement will not be considered).

1. The Parties hereto have come together to set up a collaboration in order to

quote for the tender mention in para 1 above and on award of the tender to

jointly execute the work as mentioned in para 4 above as well as to guarantee

it’s perfect execution utilizing the technical experience. The principal

contractor involved in this collaboration, directly or indirectly will hold fully

responsible towards MJP/……………… Municipal Corporation to look after the

execution of the said work as per the terms and conditions and specifications

mentioned in tender.

NOW IT IS HEREBY AGREED BY AND BETWEEN THE PARTIES HERETO AS UNDER :-

1) In consideration of the mutual understanding, trust and confidence each of the

parties in other, they have mutually agreed to form a collaboration to submit

the tender and if the tender is accepted by the MJP/……….. Municipal

Corporation/Council then carry on the business as a collaboration in respect of

development and execution of the said work in accordance with the terms and

conditions that may be imposed or agreed by and between the …………..

MJP/Municipal Corporation/Council and the Principal contractor hereto.

2) The collaborator shall be responsible for completion of works for which the

collaboration is made, however the principal contractor shall be ultimately

responsible and liable for completion of entire works in accordance with the

terms and conditions on which the award to execute the work is made by

MJP/………….. Municipal Corporation/Council under the said tender.

3) In the event of any dispute or difference or misunderstanding arises between

both of them in course of execution of the work after the award of the work to

the Principal contractor by MJP/……………. Municipal Corporation, the same shall

be referred to Member Secretary, Maharashtra Jeevan Pradhikaran and his

decision in this respect shall be final and binding on both the parties.

IN WITNESS WHERE OF the parties hereunto have set and subscribed there

respective hands and seals the day, month and year first above written.

SIGNED, SEALED AND DELIVERED

BY THE WITH NAME

(Name of First Party) (Name of Second Party)

WITNESS :-

1.

2.

Page 126: AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY … · 2019-06-03 · 1 AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY DEPARTMENT E-TENDER NOTICE NO 2051 FOR 2019-20NAME OF WORK: Providing,

126

ANNEXURE-7

JOINT VENTURE AGREEMENT

Page 127: AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY … · 2019-06-03 · 1 AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY DEPARTMENT E-TENDER NOTICE NO 2051 FOR 2019-20NAME OF WORK: Providing,

127

ANNEXURE –C

JOINT VENTURE AGREEMENT

JOINT VENTURE AGREEMENT

This agreement of joint venture made and entered into at on this

day of …………………………. by and between.

1. PARTY NO.1:-

2. PARTY NO.2:-

1. Name of joint venture firm

1. Period of Joint Venture is valid upto .

DEFINITION

In this deed the following words and expressions shall have the meaning set out

below

The joint venture (J.V.) shall mean (Party No.1)

and (Party No.2)

Collectivity acting in collaboration for the purpose of this agreement.

"Appex Co-ordination Body (ACB) shall mean the body comprising the managing

director of (Party No.1) and managing director of

(Party No.2) - as the two partners of the

Joint Venture. New firm will be (Name of joint venture firm)

".

"The Employer" shall mean the Executive Engineer of Maharashtra Jeevan

Pradhikaran (MJP)/COMMISSIONER/CHIEF OFFICER

The 'work' shall mean

..........................................................................................................

..........................................................................................................

..........................................................................................................

Page 128: AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY … · 2019-06-03 · 1 AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY DEPARTMENT E-TENDER NOTICE NO 2051 FOR 2019-20NAME OF WORK: Providing,

128

..........................................................................................................

..........................................................................................................

.................................................................

"The contract" shall mean the contract emerged into or to be entered into between

the joint venture and the employer for the work.

JOINT VENTURE

Whereas Parties hereto declare that they agree and undertake to form a joint venture

for the purpose of applying for pre-qualification for tender and if pre-qualified to

execute the work, as an integrated joint venture. The J.V. shall be called as "

Name of joint venture firm ".

The parties are not, under this agreement entering into any permanent partnership or

joint venture to tender for undertake any contract other than the subject work.

WITNESS

Whereas the Executive Engineer of M.J.P/COMMISSIONER/CHIEF OFFICER. hereinafter

referred as the Executive Engineer/COMMISSIONER/CHIEF OFFICER, have invited pre-

qualification for the work

of.......................................................................................................

..........................................................................................................

..........................................................................................................

..........................................................................................................

.................................................................

Whereas "as Name of joint venture firm wish to

apply for pre-qualification for tender and if pre-qualified to execute the work if

awarded as per the terms for the bid documents contract.

Now Therefore This Deed of Partnership Witnesses As Follow :-

1. That these recitals are and shall be deemed to have been part and parcel of the

present Agreement of joint venture.

1. That this Agreement shall come into force from the date of this Agreement i.e.

day of ……………………...

1. That the operation of this agreement for joint venture firm concerns and is

Page 129: AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY … · 2019-06-03 · 1 AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY DEPARTMENT E-TENDER NOTICE NO 2051 FOR 2019-20NAME OF WORK: Providing,

129

confined to this work only.

1. That the name of the joint venture firm shall be " Name of joint

venture firm .

2. That " Name of joint venture firm " shall

jointly execute the work according to all terms and conditions as stated in the

relevant instruction contained in the bid document contract as integrated joint

venture styled.

1. That this agreement for J.V. shall regulate the relations between the parties and

shall include without being limited to them the following condition.

a. " Name of

joint venture firm " shall

be the lead company in charge of the joint venture, for all intents and purpose.

a. The parties here to shall be jointly and severally liable to employer for all act,

deeds and things pertaining to the contract.

a. That the managing director of the lead partner of the joint venture shall be the

manager of the joint venture firm and shall have the power to control and manage

the affairs of the joint venture.

b. That on behalf of the " Name of joint

venture firm, the manager " shall have the

authority to incur liabilities, receive instructions and payments, sign and execute

the contract for and on the joint venture. All payment and under the contract

shall be made into the joint venture's bank account.

a. One bank account shall be opened in the name of J.V. to be operated by the

individual signatory as mutually decided by the representatives of joint venture

partners.

b. That each partners of the J.V. agrees and undertakes to place at the disposal of

the joint venture the benefit of its individual experience, technical knowledge and

skill and shall in all respects bear its share of the responsibilities including the

provision of information, advice and other assistance required in connection with

the work. The share and the participation of the all the partner in the joint

venture shall broadly be as follows.

Name of partner Percentage of shares

Page 130: AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY … · 2019-06-03 · 1 AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY DEPARTMENT E-TENDER NOTICE NO 2051 FOR 2019-20NAME OF WORK: Providing,

130

1. Party No.1

2. Party No.2

a. And all rights, interests, liabilities, obligations, work experience and risks (and all

net profit or net losses) arising out of the contract shall be shared or born by the

parties in proportion to these share. Each of the parties shall furnish its

proportionate share in any bounds, guarantees, sureties required for the work as

well as its proportionate share in any working capital and other financial

requirements, all in accordance with the decisions of the ACB.

b. Any loan/advances shall be shared by the Party No.1 and Party

No.2 at the ratio of

& respectively.

c. All funds, finance or working capital required for carrying out and executing the

works or contract shall be procured and utilized by the parties as mutually agreed

by them.

a. Site management :-

A project manager appointed by ACB will manage the execution of the work on the

site. The project manager shall be authorized to represent the joint venture on

site, in respect of matters arising out of or under the contract.

a. The Name of joint

venture firm shall be

jointly and severally responsible and liable towards the employer for the execution

of the contract condition.

b. The joint venture deed shall be registered with the Registrar of partnership firms,

Govt. of Maharashtra.

c. This joint venture agreement shall not be dissolved till the completion of defect

liability period as stipulated in the tender document condition of works.

d. This joint venture agreement is deemed to be null and void in case the joint

venture firm is not qualified by the employer or unsuccessful in the award of work.

e. That question relating to validity and interpretation on this deed shall be governed

by the laws of India. Any disputes in interpretation of any conditions mentioned

herein shall be referred to Member Secretary, Maharashtra Jeevan Pradhikaran and

his decision in this respect shall be final and binding to both the parties. Neither

the obligation of each party hereto performs the contract nor the execution of the

work shall stop during the course of this arbitration processing or as a result there

of.

Page 131: AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY … · 2019-06-03 · 1 AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY DEPARTMENT E-TENDER NOTICE NO 2051 FOR 2019-20NAME OF WORK: Providing,

131

f. That no party to the J.V. has the right to assign any benefits, obligations or

liability under the agreement to any third party without obtaining the written

consent of the other partner and employer.

g. Bank account in the name of the joint venture firm may be opened with any

scheduled or nationalized bank and the representatives of the J.V. partner are

authorized to operate upon individually.

h. That both the parties to the J.V. shall be responsible to maintain or cause to

maintain proper books of accounts in respect of the business of the joint venture

firm and the same shall be closed as at the end of the every financial year.

i. That the financial year of the firm shall be the year ended on the 31st March of

every year.

j. That upon closure of the books of account balance sheet and profit and loss

account as to that state of affairs of the firms as the end of the financial year and

as to the profit or loss made or incurred by the firm of the year ended of that day,

respectively shall be prepared and the same shall be subject to audit by a

chartered accountant.

LEGAL JURISDICTION

All matters pertaining or to commencing from this joint venture agreement involving

the employer shall be subject to jurisdiction of high court of judicature at Mumbai.

NOTICES AND CORRESPONDENCE

All correspondence and notice to the joint venture shall be sent to the following

address.

(Address)

SIGNED, SEALED AND DELIVERED

BY THE WITH NAME

(Name of First Party) (Name of Second Party)

WITNESS :-

1.

2.

Page 132: AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY … · 2019-06-03 · 1 AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY DEPARTMENT E-TENDER NOTICE NO 2051 FOR 2019-20NAME OF WORK: Providing,

132

ANNEXURE-8

BAR CHART

Sr.

No.

Name OfSubwork Month

1 2 3 4 5 6 7 8 9 1

0

1

1

1

2

1

3

1

4

1

5

1

6

1

7

1

8

1

9

2

0

2

1

2

2

2

3

2

4

Page 133: AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY … · 2019-06-03 · 1 AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY DEPARTMENT E-TENDER NOTICE NO 2051 FOR 2019-20NAME OF WORK: Providing,

133

GENERAL SPECIFICATION

GS-1

1) All the materials used in the work shall be of best quality and the material

rejected shall be removed from the site by the contractor within 36 hours in

the presence of the Engineer in charge at his own cost.

2) All other rules regarding workmen compensations etc will be binding on the

contractor.

Unwanted persons shall be dispensed with if called upon by the Engineer in

charge.

3) Other unforeseen items to be executed in course of work will have to be done

by the contractor as per specifications, in P.W.D. Hand book volume I and II

(Latest Edition) I.S. code of practice and as per standard specifications book of

latest edition.

4) The contractor shall be responsible and liable to pay for the damages caused by

him to public property etc.

5) All T and P machinery shall be provided by the contractor. Non availability of

the same shall not be an excuse for application for extension of time limit.

6) Water of good quality for labour, construction, washing and such other purposes

shall be provided by the contractor without any claim for extra cost.

7) Materials belonging to contractor if not removed from site of works after

completion of the work within a period of 15 days shall be taken over by

Maharashtra Jeevan Pradhikaran department at contractors risk and cost and

then shall be auctioned at the contractor’s risk and cost. The amount so

recover shall be credited to contractor’s account after recovery of any dues or

over payments etc.

8) The final bill and deposits will not be paid unless the site is cleared off all

rubbish materials and contractor’s stores etc from the site of the work.

9) The contractor will have to pay the royalties and municipal taxes, if charged by

the Maharashtra Jeevan Pradhikaran. The same will not be refunded.

Page 134: AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY … · 2019-06-03 · 1 AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY DEPARTMENT E-TENDER NOTICE NO 2051 FOR 2019-20NAME OF WORK: Providing,

134

10) Specifications given for relevant nature and type of work, for any particular

item of the tender shall also be applicable to the other item of work when

similar work is repeated or carried out in part or full although the item

numbers may not have been mentioned especially against the particular

specifications.

11) The contractor shall be responsible for obtaining permission from Government

local bodies, private party for storing, stacking of materials required for

execution of work.

12) Necessary sign board, danger flags, red lamps shall be provided by the

contractor to avoid accidents. Necessary guarding will also have to be

provided.

13) Before entering any land, the contractor shall make independent enquiry

regarding ownership of land. Any action regarding trespassing will be at the risk

of contractor.

14) Materials remaining unsold or unserviceable as per discretion of the Executive

Engineer shall be confiscated destroyed or disposed off without any

compensation to the contractor, who will be responsible for all legal disputes at

his own cost and consequences without reference to the department.

15) In case of legal disputes for materials brought and stores at site without

permission of the Executive Engineer, the contractor will be responsible for all

legal disputes at his own cost and consequences without reference to the

department.

GS 2: SPECIFICATION OF WORK :

The work shall be carried out as per practices and procedures laid down in

P.W.D. Hand book Volume - I & II Latest Edition and Public Works Department’s

standard specifications (Latest Publication of Government of Maharashtra) with

amendments from time to time and as per I. S. applicable for respective items

of works, as directed by the Engineer in charge.

GS 3: MOTIVE POWER :

No electric power supply shall be entered by the Maharashtra Jeevan

Pradhikaran during construction and testing of various structures under

different sub-works. The contractor shall have to make his own arrangement

for the same at is cost. During trial period of the plant, power supply shall be

Page 135: AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY … · 2019-06-03 · 1 AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY DEPARTMENT E-TENDER NOTICE NO 2051 FOR 2019-20NAME OF WORK: Providing,

135

made available by the department. The firm should inform within one month

from the date of receipt of work order, the total electrical load required for

successful operation of the treatment plant. This electrical load shall also

include lighting load for inside and outside light points etc. attached to the

buildings in proper as well as premises of the plant.

GS 4: FOUNDATION CONDITIONS AND PRESCRIBED BEARING CAPACITIES

The tenderer shall acquaint himself for results of S.B.C. by taking actual trial

pits on site and refilling them afterwards at his cost. The foundation depth

shall be considered as minimum 3.00 m below G.L. for the construction of BPT,

MBR &E.S.R.. The bearing capacities of the actual strata met with the

foundation levels shall wherever be required got tested from reputed

institution, at contractor’s cost and in the presence of Engineer-in-charge.

Detailed design shall be prepared and submitted by the contractor and got

approved from the department after actual confirmation of S.B.C.

GS 5: WATER TIGHTNESS TEST

All the water retaining and carrying structures will have to be tested for their

water tightness by filling them with water up to their designed F.S.L. Similarly

the pipe line will have to be tested hydraulically. Structures will be considered

water tight when the reductions in filled up level is not more than 6 mm in 48

hours with outer surface dry. As regards pipe line, they should hold pressure as

directed by Engineer in charge without reduction for thirty minutes. The

contractor will have to give all such hydraulic tests by making his own

arrangements for water supply, filling and disposing off water after the test. He

shall repeat this test if necessary until the above results are achieved and

certified by the Engineer-in-charge without any claim for extra cost. The

contractor shall carry out the rectification of the structures or pipe lines to

achieve the above tests at his own cost. The structures and pipe lines shall be

kept filled with water upto F.S.L. after the above test are over at his own cost.

GS 6: SATISFACTORY COMPLETION OF VARIOUS ITEMS :

The sub works included in the schedule of works for BPT MBR WTP & ESR on

Lump sum basis.

The various items of the sub work are to fit in perfectly in the whole system

physically, hydraulically, architecturally and mechanically.

Page 136: AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY … · 2019-06-03 · 1 AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY DEPARTMENT E-TENDER NOTICE NO 2051 FOR 2019-20NAME OF WORK: Providing,

136

GS 7: DISPOSAL OF EXCAVATED STUFF :

All materials obtained from any excavation carried out under this contract will

be the property of Maharashtra Jeevan Pradhikaran and the contractor shall not

have any claim on it. It will not be used by the contractor for any other

purpose than the legitimate use on the work itself. Stuff still remaining surplus

shall be spreaded over the different site of work or disposed off as directed by

the Engineer in charge without extra cost.

GS 8: SUBMISSION OF DETAILED DESIGNS AND DRAWINGS AFTER ACCEPTANCE OF

TENDER :

For Lump sum job works the contractor shall submit complete detailed designs

and drawings within one month from the date of issue of work order for

approval If the department to the same. Piecemeal submission of designs and

drawings shall not be permitted to commence the actual work at site unless

detailed structural designs and working drawing are approved by the

department. If called upon, the contractor shall also submit within reasonable

time relevant books and other literature which have been referred to by him in

working out the design for civil, mechanical or electrical works involved in the

construction. Such books and literature will be returned to him. Reason of

secrecy in regard to details of designs, materials, equipmentsetc shall not be

placed by the contractor in the name of ‘TRADE SECRET’ for not furnishing the

requisite details called for the Maharashtra Jeevan Pradhikaran. The design

getapproved from Govt. Engineering College structurel consultants approved

inlisted in MJP shall be subjected to modifications if found necessary and such

modification shall not violet the contract. The contractor shall be responsible

for the correctness and soundness of the designs submitted by him. The

structures shall be as per recognized engineering practices and if any

provisions, are found inadequate or faulty, necessary modifications will have to

be carried out by him at any stage up to the expiry of guarantee period and no

extra payment will be made on the account.

Six copies of all the approved designs and drawings should be furnished by the

contractor to the department free of cost.

GS-9: REQUIREMENT OF STRENGTH OF CONCRETE

The contractor shall make field arrangements for testing of all materials

for cement concrete i.e. slumps test, compression test etc. The concrete cube

moulds 3 Nos. of 15 x 15 x 15 cm size shall be kept during concreting operation.

Three cubes shall be prepared from at site during concreting to be used in work

for compression test, for each concreting to be used in work for compression

Page 137: AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY … · 2019-06-03 · 1 AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY DEPARTMENT E-TENDER NOTICE NO 2051 FOR 2019-20NAME OF WORK: Providing,

137

test, for each concreting of the structures. One cube shall be tested for test at

7 days age and two at 28 days in Regional Testing Laboratory at Govt.

Polytechnic/Engineering college / Vishveshvarayya National Institute of

Technology, Nagpur or at any approved laboratory, by Engineer –In-Charge. ALL

THE TESTING CHARGES SHALL BE PAID BY CONTRACTOR. The entire

responsibility of the testing of materials will be borne by the contractor.

Mixing of concrete shall be done with Concrete Mixers.

a) The contractor will make his own arrangement for receiving all

materials, tools, etc. required for the work.

b) No extra charges for the carriages of water will be allowed.

c) The rates for all items are inclusive of all charges such as carting, lifting

etc. No extra payment for any lead and lifts will be paid for any item.

d) The contractor should not be subleted without written permission of the

Engineer-In-Charge.

e) The conditions in the tender notice will be binding on the contractor and

the Tender Notice will form a part of agreement.

f) The material required for carrying out the work for which the tender is

offered shall be brought by the tenderer.

GS-10 ORDINARY CONCRETE

Full payment shall be made when 75% of the result are equal and above the

specified strength and the remaining 25% of the result are above 75% of

specified strength.

Cases failing outside the above limit shall be examined by the Engineer-In-

Change on merits in each case.

1) The charges for preliminary design of concrete mix shall be entirely borne by

the contractor .

2) For grades of concrete M-20 and above where cement is to be used by

weighment, the cost of extra cement required to make up under weight bags

shall be borne by the contractor.

3) For the item of concrete and other items in the agreement where cement is

not to be used by weighment the cement bags are received from the

manufacturer shall be assumed to contain cement of 50 kg. net weight. The

work shall carried out as per this method of reckoning.

Page 138: AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY … · 2019-06-03 · 1 AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY DEPARTMENT E-TENDER NOTICE NO 2051 FOR 2019-20NAME OF WORK: Providing,

138

TECHNICAL SPECIFICATIONS

Page 139: AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY … · 2019-06-03 · 1 AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY DEPARTMENT E-TENDER NOTICE NO 2051 FOR 2019-20NAME OF WORK: Providing,

139

DETAILED SPECIFICATION

All material such as sand, metal, rubble, steel, bricks, cement etc. shall be get

checked from laboratory of Government Polytechnique or Engineering College. Then it

should be allowed to use. Charges for this shall have to be borne by the contractor.

1. EXCAVATION IN ALL SOFT AND HARD STRATA MATERIAL

(Sub-work no 2,3,4,6,8,9)

1.0 GENERAL

The specifications contained in the standard specification volume IInd published

by Public Works and Housing Department, Govt. of Maharashtra, Chapter Bd.A

shall apply. In addition to above following specification shall apply. In case of

any discrepancy between the two the below given specifications shall govern.

1.1 SITE CLEARANCE

The area to be excavated shall be cleared off. All trees and bushes and rubbish

and other objectionable materials removed shall be burnt or disposed off as

directed by the Engineer-in-Charge. The cost of such clearing shall be deemed

to have been included in the rates accepted for different items under

excavation.

1.2 DEWATERING

No distinction shall be made as to whether the materials being excavated is

dry, moist or wet. The item also includes bailing out of water by manually or

pumps to keep the trenches reasonable dry for all further works of lowering,

laying, jointing and testing of the pipe line till the completion of the work.

1.3 SHORING AND STRUTTING

The item includes all shoring and strutting that may be required. On no

account the width of trenches more than these mentioned here in after shall

be measured. If excavation width more than the specified is required for the

purpose of keeping machinery, steeping due to loose material or for any other

reasons the same shall be at the Contractors cost.

1.4 LIGHTING, BARRICADING AND GUARDING

The items of excavation are including necessary lighting at night at suitable

intervals, but not more than 15 meter along the excavated trenches and at all

crossing and barricading the same by fencing so as to avoid the accident.

Chowkidars shall be employed at place where the trenches cross over any

traffic road to caution the vehicles and pedestrians etc. The arrangements shall

be maintained till completion of work and at the cost of the Contractor.

Page 140: AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY … · 2019-06-03 · 1 AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY DEPARTMENT E-TENDER NOTICE NO 2051 FOR 2019-20NAME OF WORK: Providing,

140

1.5 ALIGNMENT AND LEVELS

Before the trenches excavation is commenced, sight rails shall be erected at

every 30 meters and at all points of change of direction, gradient and at ends.

The excavation work shall be preceded by a detailed survey along the

alignment of the main to obtain ground levels at every 30 meters or less

distance. Temporary bench mark shall be constructed at every 30 meters

distance along the alignment and shall be maintained till the completion of

work. All labour and materials required for the survey work of fixing bench

mark etc. shall be provided by the Contractor at his own cost. For any

mistakes in survey the Contractor is fully responsible. He should not lay the

pipes, unless the alignment is thoroughly checked by the Engineer-in-Charge or

his authorized representative who is empowered to sign the work order book in

token of checking the exact grade and level of the trenches excavation.

Excavation at random places shall not be measured by thePradhikaran's

Engineer. Any non-technical practices during the excavation of the contracted

work shall be viewed very seriously by the Pradhikaran and a note to that

effect will be recorded against the Contractor in his name.

1.6 DEPTH AND GRADES OF TRENCHES

The trenches shall be excavated to the required grades and depth in all types

of strata and on the lines as shown on approved drawings or as directed by the

Engineer-in-Charge,. If not so, the payment for the item will not be paid to

the Contractor. The depth of excavation and the levels of the pipe inverts shall

be checked by means of boning rods of suitable lengths. Additional depths if

required to be excavated for pipes, for sockets, collars, specials, joints and for

any other working facility and shall not be measured and paid. The minimum

cover above the pipe shall be 0.90 m.

The Contractor shall notify the Engineer when the trenches are ready for bedding

so that the Engineer can inspect and record the depth. Only on explicit approval

by Engineer, the bedding shall be provided by the Contractor. If any public utility

i.e. electrical cable, telephone cable, water connections, sewer connections,

gutter damage etc. then same will be rectified by contractor at his own cost.

Page 141: AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY … · 2019-06-03 · 1 AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY DEPARTMENT E-TENDER NOTICE NO 2051 FOR 2019-20NAME OF WORK: Providing,

141

1.7 WIDTH OF TRENCHES

The maximum width of the trenches admissible for payment shall be as under

Sr.

No.

Internal dia of pipe Width of

excavation of

trenches

Nature of strata

1. 80 mm and below 0.70 M In soft and hard material

2. 100 m 0.75 M In soft and hard material

3. 150 mm 0.75 M In soft and hard material

4. 200 mm 0.85 M In soft and hard material

5. 250 mm 0.85 M In soft and hard material

6. 300 mm 0.90 M In soft and hard material

7. 350 mm 0.95 M In soft and hard material

8. 400 mm 1.10 M In soft and hard material

9. 450 mm 1.15 M In soft and hard material

10. 500 mm 1.20 M In soft and hard material

11. 550 mm 1.25 M In soft and hard material

12. 600 mm 1.25 M In soft and hard material

13. 700 mm 1.30 M In soft and hard material

14. 750 mm 1.40 M In soft and hard material

15. More than 750 mm OD + 0.60 M In soft and hard material

For excavated width whichever is less shall be recorded and paid for. Extra

widths for pits at sockets, collars, specials, joints, construction and also for

working liabilities shall neither be measured nor paid for. However, excavation

required for providing and casting fixity block, thrust blocks, encasing etc. will

be measured and paid for under relevant item of excavation. The pits for

welding joints will also be paid under relevant item of excavation.

1.8 PRESSING AND CONSOLIDATING OF THE TRENCHES

The bed of the trenches shall be well rammed before laying of the murum or

sand for bedding hollows, if any, shall be filled with murum duly rammed and

watered to required level and grade at cost of the Contractor.

1.9 CLASSIFICATION OF EXCAVATION STRATA FOR AVERAGE RATES PUT TO

TENDER.

The rates of excavation for the respective lifts are arrived at on average basis ,

from the trial pits taken during the estimation stage of casting of the scheme.

The strata classification thus availed for arriving at the average tendered rate

is fairly representative and the Contractor therefore, shall carry out his own

assessment regarding the strata at different depth along the alignment, before

Page 142: AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY … · 2019-06-03 · 1 AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY DEPARTMENT E-TENDER NOTICE NO 2051 FOR 2019-20NAME OF WORK: Providing,

142

submission of the tender. The aforesaid strata classification shall prevail in

deciding of average rate for any excess quantities arising during the execution,

beyond 25% of tendered quantities, and the percentage of the average strata

classification are scheduled under clause 38 of the tender conditions.

1.10 EXCAVATION BY CHISELLING MECHANICAL MEANS

(In Hard Strata)

Excavation in hard strata shall be done by chiseling, wedging or line drilling as

specified any mechanical all means or ordered by the Engineer. The

excavation refers to excavation generally for foundation, wet or dry, in hard

rock by chiseling, wedging or line drilling and shall comply with the

specifications.

1.11 MODE OF MEASUREMENT AND PAYMENT

The excavation shall be measured in Cubic meters only and paid on average rate

as put to tender with the levying of contractors accepted tenders bid for rate in

% above or below the tendered rate. Dimensions shall be measured correct to

two decimal of meter and quantity shall be calculated to two places of Decimal

of Cubic meters. The item mentioned in Schedule-B which includes disposing

excess excavated material remained after refilling will not be paid separately

for disposing excavated material. The excess quantities arising during actual

execution beyond the 25% excess above the tendered quantity, shall be payable

at average rate of the current CSR with the percentage strata classification as is

scheduled under clause 38 of the tender condition.

2. PLAIN/REINFORCED CEMENT CONCRETE

a) PLAIN CEMENT CONCRETE

b) REINFORCED CEMENT CONCRETE

(Sub-work no 3,4,5,6,7,8,9)

2.1 (a) Proportions of concrete for types of work

i) M-100 – For leveling course and foundation of chairs and thrust blocks

etc

ii) M-150 PCC with temperature nominal 0.15% reinforcement for footing

thrust blocks, anchor blocks, chairs and encasing of pipes etc.

iii) M-200 PCC for water retaining structure

iv) M-300 for Construction of Jack well, Pump House & Water Retaining

Structure. Such as ESR, WTP, MBR, BPT.

Page 143: AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY … · 2019-06-03 · 1 AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY DEPARTMENT E-TENDER NOTICE NO 2051 FOR 2019-20NAME OF WORK: Providing,

143

v) M-250 Pump house and bridges (excluding sub-merged portion)

b) General specifications of this work shall be as per standard specification

of Public Works Department, latest edition, for PCC Bd.-E1 to E-7 and for

RCC Bd.F2 to F16.

c) Whenever concrete is to be laid in trenches, the trench shall be cleaned,

and watered before placing. The sub-soil water which is met shall be

removed and the trench shall be kept dry during and after 2 hours of

placing concrete.

d) Pedestal pier shall be perpendiculars to center line of pipe.

e) Proper seat shall be left on top of pedestal pier to construct saddle. Seat

shall be strictly done within 24 hours, failing which MJP will not accept

it for payment

f) RCC saddle shall be constructed as per detailed drawing. The top of

saddle where pipe rests shall be provided with wearing plate fixed in CM

1.3 smoothly and CM grouting may be done after pipe is placed and no

extra payment will be made for this.

2.2 MODE OF MEASUREMENT AND PAYMENT.

The tender rate shall be for one cubic meter of concrete. The concrete shall be

measured for its length, breadth and depth limiting dimensions to those

specified in drawing or as per direction of Engineer-in-Charge.

The damages to concrete during laying of pipe line shall be rectified free of

cost. The rate for the concrete includes all labour, material centering

shuttering securing etc. all leads and lifts.

Mixing of concrete shall be done with concrete mixer.

For providing Electric wiring duct tubes of the required diameter and length

shall be provided through walls beams and floors, slabs as and when directed

without any extra cost.

a) The contractor will make his own arrangement for receiving all material

tools etc. required for the work.

b) No extra charges for the carriages of water will be allowed.

c) The rates for all items are inclusive of all charges such as carting, lifting,

etc. No extra payment for any lead and lifts will be paid for any item.

d) The contractor should not be Sublette without written permission of the

Engineer-in-Charge

Page 144: AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY … · 2019-06-03 · 1 AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY DEPARTMENT E-TENDER NOTICE NO 2051 FOR 2019-20NAME OF WORK: Providing,

144

Cement cubes of size 15 cm x 15 cm x 15 cm are taken during the concreting of

important structure like RCC well, water treatment plant, elevated service

reservoirs, bridge etc. to check the strength of the concrete and its

acceptability it is observed that while taking cubes the requirement specified

in the relevant Indian Standard specification are not observed properly and

cubes are not cast in the required numbers. Due to this the acceptability of

the concrete can not be decided correctly. Similarly, proper care is also not

taken for curing of the cubes the requirements specified in the ISS in respect of

casting of concrete cubes and curing thereof, with acceptability criteria of

concrete are reproduced below, which shall be following scrupulously.

2.3 FREQUENCY OF SAMPLING (IS:456:2000 (Clause 15.2)

a) Number of samples to be taken during concreting based on the quantum

of concrete cast shall be as below.

Quantity of concrete in Cum No. of samples

01 to 05 1

06 to 15 2

16 to 30 3

31 to 50 4

50 and above 4 + 1 for every 50

Cum part thereof

At least one sample shall be taken from each shift of concrete and three test

specimens (cubes of size (15 x 15 x 15 cm) shall be cast from each such sample

for testing of the compressive strength additional three cubes will also have to

be taken for 7 days test.

The test strength of the sample shall be the average the strength of the three

specimen.

2.4 ACCEPTANCE CRITERIA (IS:456:2000 Clause 16)

The concrete cost shall be supposed to be acceptable in the compressive

strength (i.e. average strength of the three specimen) of the samples fulfill the

following requirements.

a) Every sample has a test strength not less then characteristic value.

OR

b) The strength of one or more samples, though less the characteristic value is

in each case, not lessthen the greater of following.

i) The characteristic strength minus 1.35 times the standard deviation.

Page 145: AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY … · 2019-06-03 · 1 AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY DEPARTMENT E-TENDER NOTICE NO 2051 FOR 2019-20NAME OF WORK: Providing,

145

and

ii) 0.80 times the characteristics strength.

c) And the average strength of all the samples is not less than the

characteristic strength plus

1.65

1.65 * = times the standard

No. of samples deviation

d) However, it should be noted that individual variation should not be more

than the percent of average.

STANDARD DEVIATION VALUES

Grade of Concrete Assumed Standard deviation in Kg/Cm2

M-100 35.00

M-200 46.00

M-250 53.00

M-300 80.00

2.5 CURING OF CONCRETE CUBES (IS:516:1959, CLAUSE 3.3)

The test specimen (cubes) shall be stored on the site at place free from

vibration, under damp matting, sacks or other similar material for 24 hours + ½

hour from the time of adding the water to the other ingredients. The

temperature of the place of storage shall be within the range of 22o to 32oC.

After the period of 24 hours, stored in clean water at temperature of 24o to

30oC until those are transported to the testing laboratory. Samples shall be

sent to the testing laboratory well packed in damp sand, damp sacks or other

suitable material as to arrive there in a damp condition, not less than 24 hours

before the time of test.

On arrival at the testing laboratory, the specimen shall be stored in water at a

temperature of 27o + 2o C until the time of test. Record of the daily minimum

and maximum temperature shall be kept, both during the period specimen

remain on the site and in the laboratory.

Page 146: AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY … · 2019-06-03 · 1 AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY DEPARTMENT E-TENDER NOTICE NO 2051 FOR 2019-20NAME OF WORK: Providing,

146

2.6 TEST PROCEDURE (IS:516:1959 CLAUSE 5.5)

Specimen stored in water shall be tested immediately on removal from water

and while those are still in the wet condition. Surface water and grit shall be

wiped off the specimens and any projecting fins removed. Specimen, when

received dry, shall be kept in water for 24 hours before taken for testing. The

dimensions of the specimens to the nearest 0.2 mm and also weight shall be

noted before testing.

2.7 OTHER THINGS

Here, it should be specifically noted that age of concrete cube will be age as

on the date of testing i.e. time difference between addition of water to dry

ingredient and actual testing.

2.8 MIX DESIGN

The following instructions shall be followed as regards preliminary design of

mix and methods of batching of plain cement and reinforced cement concrete.

These instructions should be treated as supplementary to the relevant provision

in the specifications for the respective items contained in the book of standard

specification and will be carried the provisions contained therein, wherever

they are contrary to the following instructions.

The preliminary design and batching for various grades of concrete shall be

governed by the following guidelines.

No. Concrete

Grade

Guidelines

1 Upto M-

150

This should only be ordinarily concrete. No change may

be prescribed in the present practice as regards

preliminary design of mix and permitting volume

batching.

2. M-200 to

M-250

Preliminary mix design must be carried out for these

mixes. However, weigh batching shall be insisted for

cement, fine aggregate and course aggregate.

3. Above M-

250

Preliminary mix design must be prepare for such mixes

weigh batching should be for cement fine aggregate and

course aggregate.

Page 147: AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY … · 2019-06-03 · 1 AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY DEPARTMENT E-TENDER NOTICE NO 2051 FOR 2019-20NAME OF WORK: Providing,

147

For the grades of concrete M-200 and above the preliminary mix design shall be

carried out from the approved laboratory. The rate quoted by the contractor in

the agreement for these items shall be final and binding on him, irrespective of

content of cement required as per preliminary mix design and there shall be no

adjustment in the agreement rate for these item on this account.

The charges for preliminary design of concrete mix shall be entirely borne by

the contractor.

For grades of concrete M-200 and above where cement is to be used by

weightment, the cost of extra cement required to make up the under weight

bags shall be borne by the contractor.

For the items of concrete of grades lower than M-200 and other items in the

agreement where cement is not to be used by weightment the cement bags as

received from the manufacturer and shall be assumed to contain cement of 50

kg net weight.

This shall be as per specification of P.W.D. (Hand Book) and as directed by

Engineer-in-charge. Only trap stone shall be used other than the specification

for this item in Standard Specification Book.

3. SPECIFICATIONS FOR MILD STEEL AND TOR STEEL REINFORCEMENT FOR RCC

WORKS

(Sub-work no 3,4,5,6,7,8,9)

3.1 The item provides for supply of mild steel, tor steel bars, cutting, bending with

G.I. wire and placing in position, welding for reinforcement in the RCC.

3.2 Mild steel and tor steel bars shall confirm to Specification A-10 of Standard

Specification of Public Works Department, Latest Edition.

3.3 The binding wire shall confirm to Specification A-15 of Standard Specification of

Public Works Department, Latest Edition.

3.4 During contractor's supply, if any, the steel bars shall be supplied directly to the

site of work.

Page 148: AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY … · 2019-06-03 · 1 AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY DEPARTMENT E-TENDER NOTICE NO 2051 FOR 2019-20NAME OF WORK: Providing,

148

3.5 Bending reinforcement confirm accurately to the dimensions and shapes in the

details drawings (approved) or as directed by the Engineer-in-charge.

3.6 Bars shall be bend cold only. In no way bending by heat will be allowed.

3.7 Bars with kinks, bends or cracks shall not be used.

3.8 Details of length, size, laps and bending diagram shall be got approved by the

Engineer-in-charge.

3.9 As far as possible full length of bars shall be placed as per drawing details.

When full lengths are not available, bars be supplies only after written

permission of the Engineer-in-charge. Supplies shall be staggered and in

tension zone shall be avoided strictly. Bars shall be lapped as specified in

IS:456-2000 with due regards to the grade of concrete. Welding may be used

for large diameter of bar only after permission of Engineer-in-charge.

3.10 Welding, if permitted shall conform to specification B.10.7 of Standard

Specification of Public Works Department.

3.11 All reinforcement shall be accurately placed in position with spacing and cover

shown in detailed drawing and firmly held during the placing and setting of

concrete. Bars shall be ties at all intersections. Binding wire of 1.63 mm or

1.22 mm diameter (about 16 or 18 gauge) shall be used. Spacing of the bars

shall be maintained by means of stays, blocks ties, spacers, hangers or other

approved supports at sufficient close intervals so that bars will not be

displaced. During placing vibrating or compacting concrete, placing bars for

reinforcement on a layer of fresh concrete as the work progress will not be

permitted. The use of pieces of broken stones or bricks or wooden blocks for

maintaining spacing or cover shall not be permitted. Layers of bars shall be

separated by precast cement blocks, spacer bars or other devices.

3.12 Full details of numbers, sizes, lengths, weights, laps, welds, spacing of bars

placed in position in different parts of the work shall be recorded by the

contractor and certified and signed by the Engineer-in-charge or his

representative to show that all reinforcement has been placed correctly as per

sanctioned drawing or as directed by the Engineer-in-charge in writing, before

placing concrete. No concrete shall be placed in position until the certified

the correctness of reinforcement, recording the steel measurements and has

given permission in writing to place concrete. After approval of reinforcement

Page 149: AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY … · 2019-06-03 · 1 AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY DEPARTMENT E-TENDER NOTICE NO 2051 FOR 2019-20NAME OF WORK: Providing,

149

as above, it will be the contractor's responsibility to seal that the spacing of

reinforcement and arrangements are not tampered with in any way before or

during concreting.

3.13 Any steel is required to be procured by Contractor. He shall produce the test

certificate. In addition, actual test shall be carried out according to IS:432-

1982, in an Government laboratory and the cost of test shall be borne by the

contractor, including all transport, etc.

3.14 This item includes,….

a) Cost of labour, materials, use of tools, plant and tackle and other

incidental items to complete the work satisfactorily.

b) Supplying, conveying, cleaning, cutting, bending, binding with (1.63 mm

or 1.22 mm diameter – 16 to 18 gauge) wire on spot, welding and placing

reinforcement in position and maintaining it clean and in position till the

concrete is laid.

c) Cost of sampling and testing, as required.

3.15 In no case, any foreign material e.g. oil, grease, etc. which prevent bonding

between steel and concrete shall remain on steel on steel bars during placing

of concrete.

3.16 MODE OF MEASUREMENT AND PAYMENT

The tender rate shall be on weight basis for MT of MS/tor steel reinforcement.

The weight of steel reinforcement used for the item of concrete will be

measured in tonnes based on total compacted weight for the sizes and lengths

of bars as shown in drawing or as directed by Engineer-in-charge.

3.16.1 The lengths of the bars shall be measured correct to 2 places of decimals of

meters. The weights for payments shall be calculated according to standard

weights mentioned in the ISI Hand Book correct upto 0.10 Kg.

4. PROVIDING & FIXING SLUICE VALVES & BUTTERFLY VALVES, AIR VALVES

SPECIFICATION FOR MANUFACTURE, SUPPLY AND DELIVERY OF SLUICE

VALVES, BUTTERFLY VALVES

SLUICE VALVES

(Sub-work no 4,5,6,7,8,9)

These specifications cover general provisions and requirements and are

Page 150: AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY … · 2019-06-03 · 1 AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY DEPARTMENT E-TENDER NOTICE NO 2051 FOR 2019-20NAME OF WORK: Providing,

150

supplementary to the General conditions of contract.

GENERAL

The Sluice Valves proposed to be procured through this tender are to be used

for drinking water supply schemes under execution.

WORK UNDER THIS CONTRACT

The work entitled manufacture, supply and delivery of Sluice valves for

transmission mains shall comprise the manufacture, supply and delivery of the

goods as mentioned in the Bill of Quantities.

a) Sluice Valves PN 1.6 &1.0 of IS: 2906:1984. of various sizes,

ranging from 350 mm to 1200 mm.

b) Sluice Valves PN 1.0 of IS:780:1980, of various sizes, ranging

from 200 mm to 300 mm.

The manufacturer of sluice valves should be from MJPs approved list

NOTE :

The above goods to be used for conveyance of potable water at temperatures

varying from 10 degree centigrade to 40 degree centigrade.

The tender price shall include all labour and machinery and all materials

necessary for the proper, manufacture of the goods, for tests at the

contractor’s works for the insurance and for delivery to works for the proper

maintenance and for discharging every obligations and requirement of the

contract, in accordance with the intent of the contract documents, as stated in

the General Conditions of Contract.

STANDARDS

Where reference is made to a particular standard, it shall be the latest revision

of the Indian Standard Institution. Unless otherwise specified, the sluice valves

shall be in accordance with the provisions of IS:780:1980 and IS:2906:1984 or

sizes of the sluice valves covered under relevant standards.

Page 151: AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY … · 2019-06-03 · 1 AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY DEPARTMENT E-TENDER NOTICE NO 2051 FOR 2019-20NAME OF WORK: Providing,

151

MARKING OF SLUICE VALVES

Each sluice valve shall be marked as per IS:780:1980, Para-II for sizes (50 mm

to 300 mm) and IS:2906:1984, page: 11.1 (for sizes 350 mm to 1200 mm).

PACKING AND HANDLING

The contractor shall dispatch from the manufacturer’s works goods adequately

protected to prevent damage and deterioration during transportation and

storage, etc. The packing is to be quite robust to withstanding rough handling

during the transit by road/ rail/ sea and storage.

Each package / crate will contain sluice valve of one size only in relevant class.

The packing procedure followed shall be in accordance with para 12 of

IS:780:1980 and para 12.1 of IS:2906:1984

The contractor shall use proper handling equipment or follow suitable handling

method as approved by the Engineer to unload the materials at the delivery

site to prevent damage to the goods and equipments.

Third party inspection from agency approved by MJP should be carried out at

contractor’s cost only.

The contractor should produce manufacturer’s test certificate conforming that

the valves have been tested in accordance with I.S. specifications, stating the

actual pressure and the medium used in the test. The design workmanship,

material, strength and dimensions of all parts shall be as per I.S.S. The product

shall be of proven quality rendering reliable service during maintenance and

requirement.

THIRD PARTY INSPECTION

Third party inspection shall be carried from 1) M/s Central Institute of Plastic

Engineering & Technology, Aurangabad. 2) M/s Dr.AminControlerPvt.Ltd,

Mumbai 3) M/s WAPCOS Ltd., Gandhi Nagar

The valve shall be tested in factory by third party in presence of Maharashtra

Jeevan Pradhikaran representative at least for

a. Review of material of construction

b Overall dimension of all component

c. Hydraulic testing.

Page 152: AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY … · 2019-06-03 · 1 AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY DEPARTMENT E-TENDER NOTICE NO 2051 FOR 2019-20NAME OF WORK: Providing,

152

Mode of Measurement

This item will be measured and paid as per unit basis. 10% amount of this item

will be withheld for hydraulic testing respectively and will be released after

satisfactory hydraulic test.

PROVIDING AIR VALVES OF ALL CLASSES AND DIAMETERS.

This item includes Air valves (with IS make) and firm approved by MWSSB’s

letter No. 1091/33/Store/5284 dated 17.07.1992. The cost of valves should be

including all taxes (Central & Local) railway freight, transportation upto site of

work or departmental store.

Mode of Measurement

This item will be measured and paid as per unit basis. 10% amount of this item

will be withheld for hydraulic test and will be released after satisfactory

hydraulic test.

15. HYDRAULIC TESTING OF PIPELINE :

After the work of laying pipeline is completed and before it is

commissioned, the pipeline shall be tested in the field both for its strength

and leakage in the following manner.

NOTE

Whether stated specifically elsewhere or not, the testing in section of 1 km

shall have to be completed within 3 months of laying and jointing.

The pipeline laid length will be divided into sections specified by Engineer-in-

Charge. The contractor shall recheck pipe and valves for cleanliness and

shall recheck operations of the valves. The open ends of the pipeline or

sections thereof shall normally be stopped off by blank flanges or cap ends

additionally secured where necessary by temporary struts and wedges. All

anchor and thrust blocks must have been completed and all pipe straps and

other devices intended to prevent movement of pipe must have been

Page 153: AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY … · 2019-06-03 · 1 AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY DEPARTMENT E-TENDER NOTICE NO 2051 FOR 2019-20NAME OF WORK: Providing,

153

securely fastened. The contractor shall clean out the whole pipeline and

flush it with water, so as to remove dust, dirt and any foreign matter laying in

the pipeline. No separate payment for the work of cleaning will be made and

the rates under various items of work include thereof.

Each valves section of the pipeline shall be subjected to hydraulic test in

section. For this test, the pipe shall be slowly filled with clean water by

opening cross connection with the existing mains or otherwise by pumping

water into the line (water and pumping arrangement is to be arranged by

contractor) as directed and all air shall be expelled from the pipeline

through hydrants, air valves and blow off fixed on the pipeline. Once the

pipe is full, the cross connection or pumping shall be closed. The pressure in

the pipeline should then be raised in stages and built up and maintained by

means of suitable approved pumps, to the specified test pressure based on

the elevation of the lowest point on the line or per section under test.

The pipe line should be tested hydraulically upto required pressure as per IS

specification or as per detailed specification for the Sub-Work. Before

starting the pressure test, the expansion joint shall be tightened the test

pressure shall be maintained for at least 24 hours. The drop in pressure shall

not exceed 0.7 kg/cm2 within a period of 2 hours after the full test

pressure is built-up. Under this pressure no leak or sweating shall be visible

at the joints. During the test, the pipe shall be struck sharp blows with

1.5 kg hammer. Water shall not spout, ooze or sweat through any part. In

case of any leak observed anywhere in the field joints whether welded or

bolted, the same shall be repaired entirely at the contractor's cost which

shall include repairs to welding and regunitting etc. The repaired joint shall

be subjected to retest. No section shall be accepted unless it is perfectly

water tight.

The entire cost of testing, retesting including cost of water taken together

shall be paid under relevant item or Bill of Quantities. The contractor shall

make all the arrangements for all labour, pumps, pressure gauge equipment

etc. The gauges should be got tested if insisted by the Engineer-in-

Charge. The contractor shall arrange for labour required for operating air

valves, scour valves etc. Any labour of Pradhikaran/corporation/council

employed for the above activities of the test other than supervision shall

charged to the contractor as per rules.

The hydraulic testing of the water main will be carried out for entire length

Page 154: AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY … · 2019-06-03 · 1 AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY DEPARTMENT E-TENDER NOTICE NO 2051 FOR 2019-20NAME OF WORK: Providing,

154

as directed by Engineer-in-Charge. If any leakages are observed even

during defects liability period due to defective workmanship, the same shall

be rectified immediately. The charges of repairs if done departmentally will be

recovered from the amount of retention money. Repairs on live water mains

are to be carried out immediately to avoid wastage of water and other

problems such as disruption of water supply and traffic etc. In view of this,

it will be very difficult to give prior intimation to concerned contractor. As

such the cost of repairs, being the expenditure will be recovered from the

contractor's retention money withheld in deposit without giving any prior

intimation. The contractor will not challenge or claim any extra for such

action on the part of the Department.

Generally the contractor shall be required to test the pipe line sections of 2

km using necessary equipment. However, if the Engineer-in-Charge directs,

to test full pipeline lengths in further suitable sections in the interest of the

work, the tenderers will have to carry out the test in such sections as

directed by Engineer-in-Charge.

Mode of Measurement

This item will be measured and paid as per km basismeasured up to 3 digits

16. REFILLING OF TRENCHES OF PIPELINE

(Sub Work No 4,6,8)

After lowering, laying, jointing and welding of pipe line, site gunitting and

concreting work, refilling of trenches with available excavated stuff shall be

done.

The available excavated stuff shall be laid in layers of 15 cm to 20 cm. Each

layer shall be watered and compacted before the upper layer is laid till the

required level is reached. First 2 layers of 15 to 20 cms shall be free from

stones or chips or any harmful material, to protect the pipe from damage.

Only soil or soft murum shall be used for filling.

Originally filling shall be done 30 to 40 cms above natural ground or road level.

Sinking below the road or ground level, if noticed till the completion of work,

the contractor shall have to make it level at his cost.

Page 155: AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY … · 2019-06-03 · 1 AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY DEPARTMENT E-TENDER NOTICE NO 2051 FOR 2019-20NAME OF WORK: Providing,

155

This item includes,..

a) Clearing useful excavated material of rubbish bracking clods, stone, etc.

b) Conveying the useful excavated material upto 500 M and filling in layers,

watering and compacting.

c) All labour, equipment and other arrangements necessary for the

satisfactory completion and completion of the item.

Mode of measurement and payment of the rate shall be for a unit of 1 Cum of

compacted trench filling with approved excavated material. The measurement

shall be net for the compacted filing and no deduction for shrinkage or voids

shall be made. However, deduction for pipe volume will be made. Depth of

filling for measurement will be limited from natural ground level only. No

payment will be made for filling for 30 to 40 cms above natural ground level, if

so insisted by the Engineer-in-charge.

Surplus excavated material is the property of Pradhikaran. So contractor is not

empowered to sell this excavated material to any other agency.

This disposal will not be considered for initial 500 M lead from edge of pipe line

trenches and so will not be paid for.

The material shall be conveyed by means of suitable devices/manner.

The material conveyed to the place of disposal shall either be stocked or

spread as directed by Engineer-in-charge or his representative.

The route opening and maintenance, payment of any royalties, compensation

to land owners and for damaged of any etc. during the process of conveyance

etc. shall be the entire responsibility of the contractor.

10% amount will be withheld till satisfactory hydraulic testing of pipe line.

17. DEWATERING

(Sub Work No2,3)

The rate of the items requiring dewatering viz. excluding foundation concrete

RCC or masonry shall be deemed to be inclusive of provision of dewatering and

no separate claim shall be entertained. The amount is restricted. In any case

no extra will be paid for dewatering. The specifications hereunder shall cover

diversion of steams, providing coffer dams, bunds, etc. as necessary for

Page 156: AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY … · 2019-06-03 · 1 AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY DEPARTMENT E-TENDER NOTICE NO 2051 FOR 2019-20NAME OF WORK: Providing,

156

carrying out work and bailing out and pumping work as per requirement of

work.

The foundation trenches shall kept dry by resort to pumping alone or pumping

in combination with diversion, channels, cofferdams, bunds, diversion weirs,

drainage channels, or other method suitable for the local conditions at the

choice of the contractor. The responsibility of adequacy of dewatering

arrangements and quality and safety of work rests solely with the contractor.

Though the method to be adopted is the choice of the contractor, the

scheduled programme shall have to be strictly adhered to.

The contractor shall plan, construct and maintain necessary diversion and

protective works, so as to keep the work safe at all stages. The coffer dams

where required shall be carried out to required depths and heights and safety

designed and constructed with suitable dimensions and protections and shall be

made enough water tight for facility of construction inside it. The coffer dam

shall leave sufficient clearance for construction and inspection facility and

permit installation of pumping machinery as required.

The item includes the entire dewatering operation from start of work till its

completion in all respect.

The measurement under RCC works for net dimension cast as directed without

allowance for rendering finishing etc.

MODE OF PAYMENT

The provision for this item is made in lump sum basis. There shall not be

excess in any case for all season till completion of work.

• After completion of construction of jack well 80%

• After satisfactory completion of all work 20%

26. DETAILED SPECIFICATIONS FOR MS PIPELINE

THE PIPES TO BE SUPPLIED WITH INTERNAL CLEAR DIAMETER WITH

INSIDEMORTAR LINING.

1. Pipes to be supplied under this contract shall conform to IS:3589-2001,

(latest version) and IS:5504 (Latest version) Indian Standard for Electric

Page 157: AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY … · 2019-06-03 · 1 AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY DEPARTMENT E-TENDER NOTICE NO 2051 FOR 2019-20NAME OF WORK: Providing,

157

Resistance welded or seamless or spirally welded steel pipes for water, gas and

sewage (subject to specific requirements given below).

2. In case supplier proposes to supply pipes to the standards superior to the

above standards no weightage will be given while evaluating the bid and

for payment.

Method of Manufacture Electric resistance welded (ERW)

Applicable Standards (with

latest edition)

Welded or seamless steel

tubes for water, gas and

sewage

ISO-1977

Steel pipes and tubes for

pressure purposes, carbon

steel, ordinary duties

BS:3601 (Latest version)

Specification for gas line

pipe

API 5L-1980

Specification for

electrically welded steel

pipes for water, gas and

sewage.

IS:3589-2001

IS:5504

(Latest version)

Methods of sampling of

steel pipes, tubes and

fittings

IS:5711-

(latest version)

Methods of tensile testing

of steel tubes

IS:1984

(latest version)

Code of practice for laying

and jointing MS pipes

IS:5822-

(latest version)

26.1 INSPECTION

Inspection of MS pipe is divided in 2 parts.

Inspection during manufacturing.

a) Identification of plate/strip material for manufacturing.

b) Qualification of welding process to be used for manufacturing of pipes.

c) Qualification of welders.

d) Dimensional check before start of welding to avoid rejection at a later

stage.

Inspection of ready built pipes.

Page 158: AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY … · 2019-06-03 · 1 AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY DEPARTMENT E-TENDER NOTICE NO 2051 FOR 2019-20NAME OF WORK: Providing,

158

26.2 SPECIFICATION FOR LAYING OF MS PIPELINE

Warped or deformed timber shall not be used for shoring. Shoring shall project

atleast 150 cms above ground and shall extended the trench as approved by the

Engineer. Planks shall be placed close enough to avoid any running in of sand or

earth through the joints.

For walling pieces round timber shall not be allowed.

Spacing of struts shall be as per the requirements of the design of shoring. The

shoring material shall be of the minimum sizes as specified below unless steel

sheet piling is used.

a) Planks 5 cms thick.

b) Walling Pieces 20 x 10 cms

c) Struts 20 x 15 cms

Shoring shall be removed only after the approval of the Engineer-in-Charge. In

case shoring may be required to be left in trenches after confirmation that its

removal is likely to cause damage to the structure or utilities etc. the same

shall be left therein permanently

with all accessories without any compensation or extra cost. Payment for

providing shoring in square meter of area shored and leaving it in the trench in

cubic meter of timber left is included in the item of excavation. Projection

above ground level after attaining final depth, however, shall not be retained

in any circumstances.

26.3 UNDERGROUND PIPE LAYING

GENERAL

Pipe laying shall be done as shown on the drawings or as directed by Engineer,

to the correct line and level. The Engineer, at his discretion, may change the

alignment and/or levels depending on the site conditions. The minimum cover

under roadway etc. where traffic is expected over the pipeline shall be 120 cm

as specified in IS: 5822 (latest version). The minimum cover for pipeline along

the major district road and State Highway shall generally be 1.0 m, where

traffic is not expected over the pipeline. Pipes and specials to be laid

underground shall be provided either with C.M. gunitting Coal tar wrapping or

cement concrete encasing as specified separately as per requirement. Care

shall be taken to see that while handling these pipes, the pipe and unitted

portion is not damaged. The rate includes all expenses on account of labour,

machinery, material etc. required for complete process of lying. No extra rate

for any reason for this job will be admissible even if the process of lowering

Page 159: AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY … · 2019-06-03 · 1 AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY DEPARTMENT E-TENDER NOTICE NO 2051 FOR 2019-20NAME OF WORK: Providing,

159

and laying of these pipes requires additional labour, machinery, materials etc.

From safety point of view.

26.3.1 LAYING PROCEDURE

The contractor shall lower the pipes of standard lengths. Short length pipes

shall be lowered only if found necessary and only after obtaining the

permission of Engineer-in- Charge. The pipes shall be lowered in the trench on

prepared bedding or concrete bedding as per the decision of Engineer-in-

Charge. Pipes shall not be laid on the open rock bottom as it may damage the

pipe shell on account of point loads.

The alignment and levels shall be checked by the theodolite. Cutting of pipes

shall not be allowed for matching the sides of trenches excavated. While

assembling the pipes the ends shall be brought close enough to leave a uniform

gap not exceeding 3 mm. Marginal

cutting and grinding shall be done if found necessary, for which no extra

payment shall be made. There shall be no lateral displacement between pipe

faces to be jointed.

When the pipe is properly assembled and checked by Engineer-in-Charge for

correct line and level, it shall be firmly supported on wooden beams and

wedges and then tack welded.

In the trenches where shoring is provided, care shall be taken to see that

during lowering of pipes, only required struts are removed at a time with

additional precautions to keep the shoring in position if necessary.

26.3.2 SPECIAL PRECAUTIONS FOR MAINTAINING CIRCULAR SHAPE OF PIPE

Special attention of the tenderer is drawn to the fact that the proposed

pipeline is to be provided with cement mortar lining. It is therefore very

necessary that the circular shape of the pipes be maintained till these pipes

are mortars lined. The contractor shall provide adjustable steel struts of the

approved design for this purpose. Minimum three sets of struts shall be

provided per pipe length of 6 meter. They shall be retained till complete

refilling is done and properly consolidated or till concrete encasing is set. Any

diametric variation beyond + 2% shall have to be rectified by the contractor at

his cost, which may include, removing the section of the pipeline and relaying

it along with all other ancillary operations. Providing required number of

adjustable struts and all other operations involved as above shall be deemed to

have been included in the item of laying and no separate payment on this

account will be admissible.

Page 160: AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY … · 2019-06-03 · 1 AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY DEPARTMENT E-TENDER NOTICE NO 2051 FOR 2019-20NAME OF WORK: Providing,

160

26.3.3 MODE OF MEASUREMENT

The payment for MS pipe, the measurement of this will be taken on running

meter basis and paid on running meter basis at the rate specified in Schedule-

B. The break-up of payment shall be as under

Supply of MS pipe with inside 75% of cost mentioned in

mortar lining and third party

inspection report

Laying of pipes & outside wrapping 15% -- do –

of pipes

Hydraulic testing of pipe line 10% -- do --

And 'C' value test of 140

26.4.0 SPECIFICATIONS FOR LAYING SPECIALS

26.4.1 GENERAL

All specials like distance pieces, straps, tapers, saddles, branches, tees etc.

shall be generally fabricated in the factory. Only small kinks or bends or

saddles may be fabricated on site, care being taken to see that the length of

the fabricated fitting is at least equal to the diameter of the pipe to which it

is being fixed. Such fabrication of specials on site shall be done only on

approval of the Engineer and as his direction. As specified earlier, only kinks

or bends shall be fabricated on site by cutting the pipe faces and then

welding shall be carried out as specified hereinafter and shall be paid

separately.

All specials shall necessarily be in steel and shall be laid in the same manner

specified in pipes section.

26.4.2 STRAPS

Whenever the pipe laying work proceeds from two ends and if gap between

two faces is less than 30 cms., this gap shall be bridged by providing a strap.

Strap shall also be provided during fixing of expansion joints as has been

specified earlier. Such strap shall be fabricated on site by cutting a piece

from the pipe. This piece shall be split longitudinal and stepped over the

gap. A minimum gap of 8 cm shall be kept on both the pipes to be connected

Page 161: AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY … · 2019-06-03 · 1 AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY DEPARTMENT E-TENDER NOTICE NO 2051 FOR 2019-20NAME OF WORK: Providing,

161

and strap shall be welded with required number of fillet welds from inside

and outside. The gap between the ends of straps shall be welded

longitudinally butt welded.These will be measured and paid for laying as

specials.

26.4.3 DISTANCE PIECES

Distance piece shall be provided with the gap between the pipe faces to be

jointed is more than 30 cms measured in the evening. Distance pieces shall

be cut from the pipe pieces on site or can be cut in factory. These will be

measured and paid for laying as specials.

26.4.4 TAPERS AND BENDS ETC.

These shall be fabricated in the factory and shall be welded on site as per

requirements. Laying of tapers shall be paid for laying as specials for the

diameter in the larger size. Bends shall be measured along the mean length

and paid for in the respective items of Bill of Quantities.

26.4.5 MODE OF MEASUREMENT

The MS specials including all above described will be paid on weight basis in

Kg. Unit on supply, while lowering, laying of specials will be paid as

mentioned in Schedule-B. However, 10% of the amount of lowering, laying

will be withheld till satisfactory hydraulic testing of pipe line is given.

26.5. WELDING JOINTS

26.5.1 GENERAL

Before aligning, assembling and welding the pipe faces shall be cleared by

scraping with wire brushes or by any other method approved by the Engineer.

Welding of pipes in field shall conform to ISS:816-1969 (code of practice for

use of metal arc welding for general construction in Mild Steel). In case of

variance, specifications hereunder shall have precedence.

Welder shall be qualified, experienced and approved by the Engineer-in-

Charge to do the welding at the locations welding shall not be allowed to be

done by helpers. Contractor shall remove such of the welders form the job,

whose work is not found to be satisfactory. The Engineer may ask them to do

test welding before approving their employment on the job.

The contractor shall keep record of the welding for each circumferential

Page 162: AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY … · 2019-06-03 · 1 AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY DEPARTMENT E-TENDER NOTICE NO 2051 FOR 2019-20NAME OF WORK: Providing,

162

joint. It shall contain the name of the Welder, Operator and Date of

Completion of such run of internal and external welding.

26.5.2 GOUSING AND CHIPPING

MS Pipes of diameter larger than 1016 mm shall be welded with two number of runs

from inside and a sealing run from outside. External sealing run shall be done

only after internal welding is completed. Before starting the external

welding the weld material in the joint shall be cleaned by clipping out loose

scales. Gouging shall be done before rectification of any defective welding

wherever necessary and as directed by the Engineer. Gousing or chipping

shall not be paid for separately and the rate for welding shall be deemed to

include the cost of gousing

26.5.3 ELECTRODES

Welding electrodes to be used for welding in this contract shall conform the Indian

Standard Specifications ISS:814-1971 (Specification for covered electrodes

for metal arc welding of Mild Steel)

The contractor shall use standard electrodes depending on the thickness of the plates

to be welded and the type of joint. The contractor shall also use standard

current and A.C. voltage required for the machine as per manufacture’s

directions.

26.5.4 TYPES OF WELDED JOINTS

The circumferential joints of the pipes shall be butt welded with required number of

runs externally and internally.

All fillet welds shall have a throat thickness not less than 0.7 times the thickness of

the pipe to be welded.

26.6.0 WELDING PROCEDURE

All parts of pipes, specials, etc. shall have all loose scale, slag, rust, paint and any

other foreign material shall be removed with wire brush and left clean and

dry. All scale and slag shall be removed from each run of weld when that run

is completed.

Openings in the form of manholes in the laid pipeline at suitable distance of access

for the work of cleaning, repairs etc. Such manholes, as far as possible shall

be provided on sides of the pipe line and cutting manholes at the crown shall

be strictly avoided.

Page 163: AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY … · 2019-06-03 · 1 AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY DEPARTMENT E-TENDER NOTICE NO 2051 FOR 2019-20NAME OF WORK: Providing,

163

Patch Plates for plugging the above manholes shall be cut from a separate pipe of the

same diameter. Edges of the patch plate shall be properly shaped and shall

be inserted in the opening leaving a gap of 3 to 4 mm and tacked. Welding of

patch plate shall be done in segments in a proper sequence conforming to

Indian Standard Specifications IS : 823

26.6.1. TESTING OF WELDED JOINTS :

Welded joints shall be tested in accordance with procedure laid down in

Indian Standard Specifications (IS : 3600, Part I –1985 of procedure for

Testing Fusion welded joints and weld metals in steel )

At least one test specimen shall be taken out for testing for every fifty field

joints done. Test pieces shall be taken out from the places pointed out by

the Engineer. These shall be machined and tested early as possible. The

shape of the test pieces removed for testing shall be such that it shall be

such that it shall give the specimen of the required dimensions with the weld

in the middle of the specimen and at the same time leave the holes in the

pipe with rounded corner. This hole shall be patched with a plate of suitable

size cut from a separate pipe of same diameter. It must ensure good butt

weld.

26.6.1.1 TENSILE TEST

The test specimen taken perpendicularly across the weld shall be shaped in

accordance with Indian Standard Specifications IS:223. The tension test

specimen shall be machined. The protruding welded portion from inside as well

as outside shall be machined. The protruding welded portion from inside as

well as outside shall be removed by machining before the specimen is tested.

If the specimen shows defective machining or develops flaws not associated

with welding, It shall be discarded and another specimen substituted. The

welded joint shall show a strength not less than the minimum tensile strength

for the plate in accordance with ISS:226

26.6.1.2 BEND TEST

Bend Test specimen shall also be prepared in the same fashion as the tensile

test specimen. The specimen shall stand being bent cold 180o around a pin that

has a diameter equal to 4.5 times the plate thickness, without developing

cracks. For this test face representing inside of the pipe shall be placed next to

the pin.

Page 164: AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY … · 2019-06-03 · 1 AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY DEPARTMENT E-TENDER NOTICE NO 2051 FOR 2019-20NAME OF WORK: Providing,

164

26.6.1.3 TRE-PANNED PLUG :

Tre-Panned plugs shall be taken out from any welded portion as pointed out by

the Engineer. These plugs shall not show any defect in welding such as inclusion

of slag, blow holes cavities, etc. the plug shall be 12 mm in dia and shall be

taken out by means of suitable electrically operated holes. Such holes in the

pipe shall either be filled back by inserting a steel stud and welding around or

threading the hole and providing suitable G.I. plug. This test shall be done only

if considered necessary by the Engineer.

26.6.1.4 PROCEDURE OF FAILURE OF TEST SPECIMEN

If the test fails in either tensile or bend test or in both, two additional test

specimen shall be taken out from the section and shall be tested for tensile

and bend tests. If any one of them fails, extensive gousing and rewelding shall

be done for the welded joints in that section to the full satisfaction of the

Engineer. However, if both the samples give satisfactory results, the joint form

which the original sample was taken and had failed shall be repaired to the

satisfaction fo the Engineer by gousing and welding etc. at contractor’s cost.

Welder who has done the welding of the joint that has failed shall be solely

held responsible for bad workmanship and failure. Since all other factors like

electrodes, current, arc voltage etc. are already controlled, on negligence on

the part of the welder only is responsible for such failure. For first such failure

the welder shall be warned and if the welded joint done by him fails for the

second time, he shall be removed from the job.

26.6.1.5 MEASUREMENT AND PAYMENT

Welding shall be paid in linear meter of welding done including the required

number of runs. The welding shall be paid for in the relevant item of welding

butt joint or lap joint in respective items in the Bill of Quantities and Rates.

The rate shall include providing all labour, material and welding machinery

including all ancillary preparations and testing, repairing retesting, gouging

etc. complete in all positions and circumstances prevailing in site. No extra

payment on any account whatsoever may be admissible to contractor 10% of

the amount under this item will be withheld till the satisfactory hydraulic

testing is given.

26.7 GAS CUTTING

26.7.1 GENERAL

Gas cutting of MS Pipes may require to be adopted on site for fabrication of

bends on site or for preparing distance pieces, straps etc. and for cutting holes

Page 165: AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY … · 2019-06-03 · 1 AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY DEPARTMENT E-TENDER NOTICE NO 2051 FOR 2019-20NAME OF WORK: Providing,

165

in pieces for manholes, branches scour valves, Air Valves and other

appurtenances and temporary manholes for cleaning welding etc..

After gas cutting the edges shall be made smooth and even so as to remove all

the equalities ends of the pipe shall have ‘V’ edge from in side.

26.6.2 MEASUREMENT AND PAYMENT

Gas cutting shall be measure in linear meters of gas cutting done and shall be

paid for in this item and rates shall include all labour materials and machinery

for gas cutting irrespective of any circumstances, shall ancillary preparation

and including chamfering the ends to form ‘V’ edges.

26.7.0 PROVIDING, FABRICATING AND TRANSPORTATION OF M.S SPECIALS

26.7.1 SCOPE

The scope or special specification shall cover the following works under the

contract. Fabrication MS plates for specials for road crossing works, expansion

joints and testing, etc. at the contractor's factory and testing the pipes.

These specials (detailed hereafter) specifications, supplement, standard

specifications for civil construction works prepared by the Maharashtra Jeevan

Pradhikaran for Maharashtra Jeevan Pradhikaran.

26.7.2 DRAWINGS

Working drawings shall have to be prepared by the contractor taking into

consideration the sizes and lengths of the MS plates, flats, etc. The contractor

shall have no claim by whatever reason of sizes of material issued being

different from those shown in the drawings, in case supplied by the

Maharashtra Jeevan Pradhikaran to the contractor.

26.7.3 SUPPLY OF MATERIALS TO THE CONTRACTOR:

The Pradhikaran will not supply MS Materials such as plates, flats etc. required

for the fabrication of pipes, specials, appurtenances, etc.

The conveyance of fabricated materials from workshop to site of work shall be

deemed to have been covered in the relevant items of fabrication of pipes,

specials etc. The contractor should note that the steel plates and other

structural steel required for fabrication of specials is to be procured by him

from open market at his cost. The contractor has to procure such plates in

several stages as the circumstances demand, or, as directed by Engineer-in-

Page 166: AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY … · 2019-06-03 · 1 AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY DEPARTMENT E-TENDER NOTICE NO 2051 FOR 2019-20NAME OF WORK: Providing,

166

Charge.

The Pradhikaran shall not however supply any steel or structural steel to the

contractor for his use for preparing jigs, testing arrangements, platforms etc.

in the factory or in the field. The contractor shall have to make his own

arrangements for procuring them at his own cost immediately or receipt of

work order and the Pradhikaran shall not entertain any request for extension of

completion period of compensation on increase in cost etc.

26.7.4 HYDRAULIC TESTING OF FABRICATED PIPES

The pipe length fabricated shall be as specified earlier above. The contractor

shall provide all the required machines and apparatus for testing all the pipes

at the factory. The arrangements made by the contractor for hydraulic testing

of pipes shall be subject to the approval by the Engineer. The contractor shall

paint inside the serial number of pipe, the diameter and the plate thickness

and letters MJP as well as the date of the test etc. as directed by the Engineer.

The pipes shall be inspected thoroughly before testing for any apparent defect

in welding and the contractor shall repair such defects by gousing and

rewelding. Such pipes will be laid only on approval of the Engineer-in-Charge.

Necessary provisions for storage tank for water for testing water pumping

arrangements, if necessary and making available the required water shall be

made by the contractor. Hydraulic test shall be carried out under cover at the

fabrication in the presence of and to the satisfaction of the Engineer-in-Charge

or his authorized representative.

Accurate pressure gauge of approved make shall be mounted on one end of the

pipe to indicate the pressure inside the pipe being tested. The Engineer at his

discretion may accept untested pipes if the total length of fabricated pipes of

that particular dia. is less than 50 meters.

The pressure shall be applied gradually by approved means and shall be

maintained at least for 10 minutes or till inspection by EIL and Engineer-in-

Charge during which time, the pipes be hammered throughout its length with

sharp blows with 1 kg. Hand hammer. The pipe shall stand the test without

showing any sign of weakness, leakage, oozing or sweating. If any leakage is

observed, on approval of Engineer-in-Charge, it shall be repaired by gousing

and rewelding or as directed by him. No separate/additional payment shall be

made for dewatering, gousing, repairing and dewatering and the handling

required to be done for such pipes.

Page 167: AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY … · 2019-06-03 · 1 AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY DEPARTMENT E-TENDER NOTICE NO 2051 FOR 2019-20NAME OF WORK: Providing,

167

26.7.5 HYDRAULIC TESTING OF PIPE LINE

The working pressure shall be not less than 12 kg/cm2. The drop in pressure

shall not exceed 0.7 kg/cm2 within a period of 2 hours after the full test

pressure is built-up. Under this pressure no leak or sweating shall be visible at

the welded joints. During the test, the pipe shall be struck sharp blows with

1.5 kg hammer. Water shall not spout, ooze or sweat through any part. In case

of any leak observed anywhere in the field joints whether welded or bolted,

the same shall be repaired entirely at the contractor's cost which shall include

repairs to welding and regunitting etc. The repaired joint shall be subjected to

retest. No section shall be accepted unless it is perfectly water tight.

The entire cost of testing, retesting including cost of water taken together

shall be paid under relevant item or Bill of Quantities. The contractor shall

make all the arrangements for all labour, pumps, pressure gauge equipment

etc. The gauges should be got tested if insisted by the Engineer-in-Charge. The

contractor shall arrange for labour required for operating air valves, scour

valves etc. Any labour of Pradhikaran employed for the above activities of the

test other than supervision shall charged to the contractor as per rules.

The hydraulic testing of the leading main will be carried out for entire length

or part of it as directed by Engineer-in-Charge. If any leakages are observed

even during defects liability period due to defective workmanship, the same

shall be rectified immediately.

The charges of repairs if done departmentally will be recovered from the

amount of retention money. Repairs on live water mains are to be carried out

immediately to avoid wastage of water and other problems such as disruption

of water supply and traffic etc. In view of this, it will be very difficult to give

prior intimation to concerned contractor. As such the cost of repairs, being the

expenditure will be recovered from the contractor's retention money withheld

in deposit without giving any prior intimation. The contractor will not challenge

or claim any extra for such action on the part of the Department. Generally the

contractor shall be required to test the pipe line sections of 1 km using

necessary equipment. However, if the Engineer-in-Charge directs, to test full

pipeline lengths in further suitable sections in the interest of the work, the

tenderers will have to carry out the test in such sections as directed by

Engineer-in-Charge.

26.7.6 MODE OF PAYMENT AND UNIT OF MEASUREMENT

Page 168: AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY … · 2019-06-03 · 1 AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY DEPARTMENT E-TENDER NOTICE NO 2051 FOR 2019-20NAME OF WORK: Providing,

168

The payment shall be on Rmt basis

27. PROVIDING AND SUPPLYING DI/CI/MS SPECIALS

(Sub-work No4,6,8),

The items include providing ,supplying DI/CI/MS Double flanged specials

suitable for diameter as required and of required thickness and including all

materials labour charges with epoxy paint from inside and outside including all

taxes (Central & local ) Octori if necessary, inspection charges, transportation

to stores/ sites & stacking etc complete. As per requirement a machine ends DI

specials suitable for PCCP/BWSC/D.I .pipes will also be supplied under this

item. The mode of measurement of payment shall be on weight ( Kg) basis.

Scope: The item cover supply of DI/CI/MS double socket and flanged specials of

various diameters including conveyance of specials form manufacture's works to

site stores, stacking them properly and protecting till commissioning of work.

General: The specials

shall confirm to relevant I.S.S.

Materials: The specials shall be manufactured form cast iron conforming to IS

210 Gr. 20.

Coating: The specials shall be coated by bitumen by not dipping process.

Tests: The specials shall be tested at factory for 25 kg/sq/cm/ Pressure.

Flanges: The flanges shall be drilled to IS-1538.

Tolerance: The tolerance in weight and dimensions shall be as per ISS. Only the

specials fitting within tolerance limit shall be accepted. Providing and Supplying DI K-9 Pipes Ductile Iron Pipes and Fittings General

Ductile Iron pipes and fittings shall be class K-9 unless otherwise shown on the drawings and shall comply with IS 8329 and IS 9523. All fitting shall be socketed unless specified otherwise.

Page 169: AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY … · 2019-06-03 · 1 AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY DEPARTMENT E-TENDER NOTICE NO 2051 FOR 2019-20NAME OF WORK: Providing,

169

Materials The materials used in the manufacture of pipes and fittings shall comply with IS 8329 and IS 9523. Tests Tests on pipes and fittings shall be carried out in accordance with IS 8329 and IS 9523. The Engineer shall be permitted free access to the place of manufacture for the purpose of examining and witnessing the testing of pipes and fitting. Joints Spigot and Socket Joints These shall have sockets which are integral with the pipe and incorporate an elastomeric rubber ring gasket conforming to IS 12820.

Flanged Joints

These shall comply with dimensions and drilling details in IS 8329 for PN 10 flanges All flanged joints between Steel and Ductile Iron pipe work be electrically isolated joints. These shall have isolation gaskets between the flanges, isolation sleeves around all bolts and isolation washers under all bolt heads and nuts. All materials shall be supplied by a specialist manufacturer and be to the approval of the Engineer. Cement MortarLining All pipes and fittings shall be internally lined with cement mortar in accordance with ISO 4179/ IS: 11906 Cement mortar lining shall be applied at the factory in conformance with the above mentioned standards. No admixtures in the mortar shall be used without the approval of the Engineer. Coating General Ductile iron pipes and fittings shall be zinc coated with bitumen over coating. All in accordance with the following Specifications. Buried pipes and fittings shall also have a site or factory applied polythene slewing. Coating shall not be applied to pipe and fitting unless its surface is clean, dry and free from rust. Pipe coating shall be inspected on site and any damage or defective areas made good to the satisfaction of the Engineer. Zinc Coating Zinc coating shall comply with ISO 8179 and shall be applied as a spray coating. The

Page 170: AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY … · 2019-06-03 · 1 AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY DEPARTMENT E-TENDER NOTICE NO 2051 FOR 2019-20NAME OF WORK: Providing,

170

mass of sprayed metal shall not be less than 130 g/m2 as described in Clause 5.2 of ISO 8179. Bitumen coating

Bitumen coating shall be of normal thickness 75 microns unless otherwise specified. It shall be a cold applied compound complying with the requirements of BS 3416 Type II, suitable for tropical climates, factory applied in accordance with manufacture’s instructions. Damaged areas of coating shall be repainted on site after removing any remaining loose coating and wire brushing any rusted areas of pipe. The bidder should make his own arrangements for procuring water for testing purpose.

Sub Work No 11 12 Item No 3 3

Providing and supplying ISI Standard DI Specials and Fittings, MS Specials, etc

DI Specials and Fittings MS Specials Scope The scope or special specifications shall cover the following works under the contract.

Fabricating M S Plates for specials for road crossing works, expansion joints and testing etc. at the Contractors factory and testing the pipes. Transporting of fabricated pipes, specials etc. from Contractor’s factory to laying site. Drawings

Fabrication drawings accompanying the tender are indicative type drawings. Working drawings shall have to be prepared by the Contractor taking into consideration the sizes and lengths or the M.S. Plates, flats, etc. The Contractor shall have no claim by whatever reason of sizes of material issued being different from those shown in the drawings, Supply of Materials to the Contractor. The conveyance of fabricated material from workshop to site of work shall be decmed to have been covered in the relevant items of fabrication of pipes, specials etc. The Contractor should note that the steel plates and other structural steel required for fabrication of specials is to be procured by him from open market at his cost. The Contractor has to procure such plates in several stages as the circumstances demand, or, as directed by Engineer-in-charge.

Page 171: AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY … · 2019-06-03 · 1 AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY DEPARTMENT E-TENDER NOTICE NO 2051 FOR 2019-20NAME OF WORK: Providing,

171

Fabrication of specials and appurtenances General The main specials and appurtenances to be fabricated under this contract are as per list following which is inconclusive. The typical drawings for these are accompanying or may be provided during execution. The Engineer-in-charge shall give working drawing for the specials and appurtenances for fabrication there of depending on the site conditions.

a) One piece cut composite bends. b) Loose flange rings. c) Stiffener rings. d) Pressure and non-pressure type blank flanges. e) Y Branches and tees. f) Tapers and wearing plates, dished manholes.

The contractor shall at his own cost give the satisfactory hydraulic testing which shall include all labour, cost of water to feed and while testing, repairs required shall have to be carried out by the contractor, No extra cost shall be paid. Refilling Trenches of Pipe lines. In no case the contractor shall be allowed to refill the trenches in hard excavated portion to be refilled by the boulders or the excavated stuff. This portion of trench shall be refilled by the soft murum or soft strata from excavated stuff from distant place. No extra cost shall be paid. After the pipe lines are laid, jointed and tested , the refilling of trenches with excavated stuff shall be done approximately in 20 to 30 cms. Higher than road or natural ground level , to allow for sinking afterwards. This refilling shall be done in 15 cms. Thick layers, duly watering compacting, each layer. The 15 cms. Thick layer immediately in contact on or under pipe shall have no stones or chips, but only soil or soft murum selected from the excavated stuff after refilling. If it is sunk below the road level after some time till completion of work, the contractor shall have to make it good at his cost. Before lowering of all pipes in trenches as layer of murum selected from excavated stuff shall be provided below pipe line for proper grading and to act as cushion etc. Lowering, Laying Jointing DI pipes with Tyton Joints. Jointing the pipes with rubber gaskets joints, ( viz, Tyton joints ) The tender item covers providing, lowering, laying and jointing of CI pipes as well as CI Specials, Pipe pieces, etc as requirement and as directed by the Sub-Divisional 0fficer, by Rubber Gasket Joint viz. Tyton joints. The contractor has to procure the jointing material at his cost.

Page 172: AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY … · 2019-06-03 · 1 AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY DEPARTMENT E-TENDER NOTICE NO 2051 FOR 2019-20NAME OF WORK: Providing,

172

The cost of conveyance of these materials from place of the site of work is also included in the Tender item. Tender Rate includes jointing CI pipes with Rubbe Gasket joints including laying and jointing CI specials with Tyton joints. The method of Tyton joint ( i.e. Rubber Gaskets ) is as under :- The rubber gasket is inserted in the socket of the pipe which is facilitated by applying a thin film of lubricating oil in such a way that the bulb of gasket is forward at the back and the socket and the groove in the gasket should be firmly fixed in the projecting ring inside the socket. The gasket has to be properly cleaned before inserting and it has to be ensured that it fits evenly around the whole circumference of the socket, removing any bulges which would prevent the entry of spigot end, then a thin Contractor No. of Corrections Executive Engineer. Film of lubricant should be applied to the gasket, inside surface and outside surfaces of entering spigot end for one inch distance after cleaning it. The pipe to be jointed should be supported centrally by the tackle, so that it is clear of trench bottom. The spigot of the pipe shall be carefully aligned and inserted in the adjoining socket, until it makes contact with the rubber gasket. The spigot shall be forced inside the socket past the gasket (which is thus compressed ) until the spigot reaches the end of the socket. The forceful insertion has to be achieved with crowbars, jacks and lowers etc. as per the details given in the literature of TISCO or any other suitable method as directed. However, before lowering of pipes in trenches a layer of murum bedding from the excavated stuff will have to be provided below the pipeline for proper grading and alignment and also to act as cushion and support to pipe. The murum bedding will be paid under item of refilling as it forms a part of refilling item. Hydraulic Test. Suitable section as directed by the Engineer-in charge shall be taken for such testing from time to time during progress of the work and satisfactory test given for that section. All testing apparatus, gauges, connections etc. and water required for testing shall be arranged by the Contractor at his cost. The Board does not undertake any responsibility to supply water for testing, which the Contractor has to arrange from the municipality or otherwise by paying the required charges directly. The Deptt. shall have the right to recover such charges directly. The Deptt. shall have the right to recover such charges from his bills if complaints are received that contractor has not paid the charges there of. If there is delay in testing, the Contractor shall refill the trenches for the time being and reopen them at time of testing at his own cost, failure of which shall entitle the Deptt. to do the refilling and reopening of trenches at the risk and cost of the Contractor. If the trenches are filled due to any reason whatsoever before testing, the Contractor shall have to open them for testing at no extra cost. 1. Satisfactory hydraulic test shall be regarded when the section under test shall

withstand the pressure as specified by the Engineer-in charge for about 15

Page 173: AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY … · 2019-06-03 · 1 AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY DEPARTMENT E-TENDER NOTICE NO 2051 FOR 2019-20NAME OF WORK: Providing,

173

minutes without operating the test pump, the test pressure being maintained at the specified figure during that 15 minutes interval.

2. The entire pipe line, specials and all joints in that section appear to be dry. The

test pressure shall be normally 50% higher than the highest working pressure for that particular section. During testing if any joints are found leaky they shall be repaired and or redone by the Contractor at his cost till the test is found satisfactory. Similarly any pipes, collars, specials, show hair cracks, leaks, etc. during testing the

CEMET SAND GUINITING

The pipe line that is to be laid under ground shall be provided with cement guiniting out coating. Guiniting shall be in two coats and adequate curing at least 3 days before laying. The thickness shall not be less than 40 mm. The morter shall be in 1:3 proportion Reinforcement shall be BRC fabric number 14.75 x 300 mm in size Reinforcement steel shall be 10/12 mesh wire gauge. Reinforcement shall be around the pipe circumferences to pipe surface and held secured 25m away from the pipe surface.

Providing and Supplying PVC pipes Refilling Trenches of Pipelines In no case the Contractor shall be allowed to refill the trenches in hard excavated portion to be refilled by the boulders or the excavated stuff. This portion of trench shall be refilled by the soft murum or soft from excavated stuff from distant place. No extra cost shall be paid. After the pipelines are laid, joined and tested, the refilling of trenches with excavated stuff shall be done approximately in 20 to 30cms.higher than road or natural ground level, to allow for sinking afterwards. The refilling shall be done in 15cms.thick layers, duly watering completing, each layer. The 15cms thick layer immediately in contact on or under pipe shall have no stones or chips, but only soil or soft murum selected from the excavated stuff after refilling. If it is sunk below the road level after some time till completion of work, the Contractor shall have to make it good at his cost. Before lowering of all pipes in trenches a layer of murum selected from excavated stuff shall be provided below pipe line for proper grading and to act as cushion etc. Murum Bedding The murum to be used shall be of approved quality soft murum to be laid in 15cms average thickness to the grade as directed by the Engineer-in-charge. The width admissible for payment shall be the same as per excavation trench width admissible under excavation item. The murum bedding shall be provided where there is black cotton soil or hard material below pipes or wherever directed and it shall be well rammed so as not to sink the pipe line. Extra excavation tender items. B.B Masonry Chamber (Providing and Construction) The work is to be done in workmanlike manner as per type design of the A.M.C. and as directed. The cost of extra excavation in all strata which is in addition to the pipeline trench excavation is included in this item, while the excavation covered under pipeline trenches coming in the chambers is admissible for payment separately under the respective tender item of excavation for pipe trenches. Sizes of chamber mentioned in tender item are the internal dimension of the chamber. The tended item covers 1:3:6 CC bedding 15cms thick on the well rammed bottom 23cms thick

Page 174: AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY … · 2019-06-03 · 1 AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY DEPARTMENT E-TENDER NOTICE NO 2051 FOR 2019-20NAME OF WORK: Providing,

174

BB Masonry walls in Cm 1:6 cement plaster 12 mm in CM 1:3 from inside and cement pointing 1:2 from outside,1:2:4 CC either plain or RCC as required 10 mm thick for coping and providing and fixing M.H. frame and cover 1M x 0.5 M. This is a completed item and any incidental not mentioned above but are necessary as per type design are deemed to be included in this item. The finished top the chamber shall be flush with road surface and shall not cause any hindrance to the traffic. The measurement shall be on the basis of completed number of chambers. Measurement and Mode of Payment Measurement The measurements are to be recorded in Measurement Book as per Manual on Water Supply & Treatment, not below the rank of Deputy Engineer. Mode of Payment The payment can be made after carrying out recuperation test as indicated above, at least for five consecutive days. The Engineer In Charge should record in Measurements Book that “I am satisfied with the test conducted and the result of recuperation test”.

27.1 DISMANTLING JOINTS

Providing and fixing Dismantling joints

Providing dismantling joints of appropriate diameter of M.S.as per detailed

drawing suitable for PCCP pipes including epoxy coating of approved make from

inside, outside, transportation, loading, unloading octroi, inspection charges as

per directions from Engineer-in-charge etc.

27.2 MODE OF MEASUREMENT

Diameter wise on No.& kg basis.

27.3 PERMANENT TEST POINTS

Providing permanent test points on the pipe line as per drawing and as directed

by Engineer In Charge including providing and fixing sluice valves road box for

sluice valve of Size 80mm to 250mm in one brick masonry chamber 300mm x

300mm clear C.M 1:5 with 12 mm thick 1:3 cement plaster both inside and

outside on M -100 C.C 150mm thick etc complete as specified & directed.

27.4 MODE OF MEASUREMENT

On No. & kg basis

Page 175: AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY … · 2019-06-03 · 1 AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY DEPARTMENT E-TENDER NOTICE NO 2051 FOR 2019-20NAME OF WORK: Providing,

175

27.5 GAS CUTTING HOLES

Gas cutting holes up to 50 mm dia (for plugs) (either square Cut of ‘V’ cut) to

pipe, plates etc. of required thickness including cost of Gas, tools, machinery,

conveyance of labour and machinery etc. complete and as directed by

Engineer-in-Charge..

27.6 MODE OF MEASUREMENT

On rmt basis

27.7 ALL CAST IRON SPECIALS

Material

All Cast iron specials such as C.I. detachable joints shall confirm to I.S. 1538-

1993 (Part 1 to 24). The Supply at departmental stores shall be of various

diameters as specified. The specials shall be free from any defects. It should be

possible to cut/drill the special to suit site condition to fit in the position. The

hardness of the external surface shall not exceed 210 HBS. Rings shall confirm

to IS 5382- 1985. Ring shall be homogeneous and free from porosity, grit and

surface defects ,such as pitting, irregularities. Dimension of rings shall be as

per IS 10292-1988.

27.7.1 MANUFACTURE :

The dimensions of flanged sockets and flanged spigots shall be as per Tables 7

& 8 of IS 1538-1993, respectively. Supply and Stacking at Departmental Store or

Work Site : As specified under the agreement.

Markings :

Each fitting shall have cast stamped or indelibly painted on it the following

markings :

1. Manufacturer’s Name or trademark or identification mark.

2. The nominal diameter,

3. Mass of fitting,

4. Last 2 digits of year of manufacture,

5. Any other mark required by the purchaser.

Item to Include:

The item includes the supply of Cast Iron detachable joints, including all taxes,

levies excluding octroi, transporting, loading, unloading and stacking at

departmental store or work site as directed. The necessary test certificate

Page 176: AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY … · 2019-06-03 · 1 AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY DEPARTMENT E-TENDER NOTICE NO 2051 FOR 2019-20NAME OF WORK: Providing,

176

also shall be provided along with the supply. Octroi paid shall be reimbursed on

producing documentary evidence for the payment made.

27.7.2 MODE OF MEASUREMENT AND PAYMENT :

The item shall be measured as number of sets for the specified diameter of

pipe. The rate shall be for supply of one number of detachable joint of

specified diameter.

27.7.3 CAST IRON JIFFY COLLAR COUPLING WITH RINGS

The item provides to supply at departmental store the Cast Iron jiffy collar

coupling with rings etc. complete as per the specified diameter of pipe / pipes.

(Dia. between 80 mm & 750 mm). The joints shall conform the provisions of IS:

1538-1993 and IS 5382-1985.

27.7.4 MATERIAL

All Cast iron specials such as C.I. mechanical compression collar coupling shall

confirm to I.S. 1538- 1993 (Part 1 to 24). The Supply at departmental stores

shall be of various diameters as specified in supply order. The specials shall be

free from any defects. It should be possible to cut it drill the special to suit the

site condition and fit in position etc. The hardness of the external surface shall

not exceed 210 HBS. Sealing Rings shall confirm to IS 5382-1985. Ring shall be

homogeneous and free from porosity, grit and surface defects, such as pitting,

irregularities. Dimension of rings shall be as per IS 10292- 1988.

Manufacture:

Generally as per item WS/B/2.3. The dimensions of jiffy collar coupling shall be

as per Table 9 IS 1538-1993.

Supply and Stacking at Departmental Store :

Specified under agreement.

Markings:

Each fitting shall have cast stamped or indelibly painted on it the following

markings:

Manufacturer’s Name or trademark or identification mark.

The nominal diameter,

Mass of fitting,

Last 2 digits of year of manufacture,

Any other mark required by the purchaser

Item to Include :

Page 177: AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY … · 2019-06-03 · 1 AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY DEPARTMENT E-TENDER NOTICE NO 2051 FOR 2019-20NAME OF WORK: Providing,

177

The item includes the supply of Cast Iron jiffy collar coupling, including all

taxes, levies excluding octroi, transporting, loading, unloading and stacking at

departmental store or work site as directed. The necessary test certificate also

shall be provided along with the supply. Octroi paid shall be reimbursed on

producing documentary evidence of payment made.

27.7.5 MODE OF MEASUREMENT AND PAYMENT:

The item shall be measured as numbers of collar couplings for the specified

diameter of pipe. The measurement and payment shall be per No.

27.7.6 Flat rubber gaskets.

The item provides to supply at departmental store the flat rubber gaskets for

flanged joints. Following two types of rubber gaskets, depending upon the

hardness of rubber ay be supplied as specified in the supply order:

1. Type A: 50 to 65 Hardness in IRHD and

2. Type B: 65 to 80 Hardness in IRHD.

In each of two types, 2 Grades, Grade 1 & 2 are again prescribed.

Material:

The rubber gaskets shall be manufactured from either a) Sheet Rubber or b)

Sheet Rubber reinforced with fabric (Rubber insertion jointing). For

manufacturing rubber gaskets, natural rubber or synthetic rubber or a blend

thereof, shall be used, with suitable composition and vulcanization to attain

the required degree of hardness.

The fabric for rubber insertion jointing shall have a minimum breaking strength

of 120 N/mm2,under test conditions according to IS: 1969- 1968.

Manufacture:

The rubber gaskets shall be free from porosity, grit and surface defects such as

pitting and irregularities. The rubber shall be homogeneous. The manufacturing

of sheet rubber and rubber insertion jointing shall be in accordance with the IS:

638-1979. The thickness and number of fabric plies shall be as per the IS.

Unless mentioned in the supply order the size of each rubber sheet shall have

suitable bolt holes conforming to IS 1538-1993, for the pipe diameter specified

in the order.

Supply and Stacking at Departmental Store:

As specified under agreement.

Page 178: AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY … · 2019-06-03 · 1 AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY DEPARTMENT E-TENDER NOTICE NO 2051 FOR 2019-20NAME OF WORK: Providing,

178

Markings:

Each piece of rubber sheet jointing or rubber insertion jointing shall be marked

with the following:

1. The name of manufacturer or the Trade Mark,

2. Type, Grade and Thickness,

3. Month and Year of manufacture,

4. Any other Marking as specified in the purchase order Item to Include:

The item includes the supply of flat rubber gasket at departmental

store, suitable for flanged joints (3/6 mm thick) with bolt holes and

nominal bore, pitch circle diameter as per IS: 1538- 1993 and gasket as

per IS: 638-1979, including all taxes, levies except octroi, transporting,

loading, unloading and stacking at departmental store as directed. The

necessary test certificate also shall be provided along with the supply.

Octroi paid shall be reimbursed on producing documentary evidence for

the payment made. Mode of Measurement and Payment:

28. LOWERING, LAYING AND JOINTING DI PIPES OF GIVEN DIAMETER AND CLASS

Contractor shall take delivery of pipes from the stores and shall convey them

upto work site for use after checking and testing for soundness of the pipes and

shall be held responsible for replacement of such materials of cracked or

damaged materials are in advertantly fixed and jointed.

The Department will issue pipes in available lengths and specials. Damages to

departmental materials due to carelessness of the contractor during loading,

unloading, transport, lowering, laying, cutting to required size, jointing,

testing, etc. shall be at contractor's accounts and shall be recovered from him

at the rates decided by the Executive Engineer.

During laying the pipe line some time it may be necessary to cut the pipe suit

the site condition or to put in some special or valve or to have exact length of

the section etc. The contractor at his cost shall do this cutting only. No claims

for extra amount due to any particular type or individual length of cut pipes

and specials being supplied or joints having been increased due to small lengths

shall be entertained.

The payment for this item shall be admissible on the basis of actually laid at

site including length occupied by all types of specials and incidental small pipe

pieces or other types.

Page 179: AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY … · 2019-06-03 · 1 AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY DEPARTMENT E-TENDER NOTICE NO 2051 FOR 2019-20NAME OF WORK: Providing,

179

All the pipes and specials and valves to be taken into use shall be cleaned and

brushed clear or rust and paint at both the spigot and socket ends.

Before the pipes and specials are lowered and laid in trenches, the contractor

shall see that the bedding is plane or the surface is brought to uniform grade

and leveled with the help of cross sight rails and boning staff and approved in

advance by the last 3 days by the sub-divisional officer.

The contractor shall provide, fix and maintain cross sight rails and boning staff

whenever required until the time of completion without any extra claim for

cost etc. and which shall be considered inclusive of the rates for excavation

and lowering and laying. The contractor shall provide temporary benchmarks if

called upon at a minimum distance every 150 M without any claim for extra

cost. These benchmarks shall be either of stone masonry or mass concrete not

less than 0.03 Cum.

The contractor shall provide ladder for inspection of works at least 2 Nos. at

the time of inspection for all the trenches of depth greater than 1.2 M.

The pipes, specials and valves shall be lowered by means of ropes, rackles or

pulley as ordered evenly and uniformly and shall be brought level with well

consolidated hard murum or wooden sleeper as ordered.

All the S & S pipes and specials shall be laid with sockets facing direction of

flow, as per manual.

Materials to be used for jointing such as spun yarn, etc. shall be first get

approved in advance from the sub-divisional officer.

No jointing operations shall be started unless the sub-divisional officer

approves the grade and levels.

The pipes shall be laid in a complete straight line with center line ranged

accurately by mean of string stretched between marked centers in cross sight

rails and no deviation will be permissible without the permission of the sub-

divisional officer. For deviations proposed by the Department from marks on

sight rails, the contractor shall postpone the work of jointing without claiming

extra cost. The spigot end of the pipe or specials shall be inserted in socket

and of the other pipe or special and shall touch squarely without any gap.

Page 180: AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY … · 2019-06-03 · 1 AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY DEPARTMENT E-TENDER NOTICE NO 2051 FOR 2019-20NAME OF WORK: Providing,

180

Under no circumstances, the D.I. pipes and other water mains will be laid in

black cotton soil or rock surface without murum cushioning.

The above murum cushioning of a depth of 150 mm thick or as specified shall

always be provided in all formation within the rate of laying pipe line unless an

item for murum bedding is provided for separately in the tender.

The murum bedding shall be of the full width of the trench. Murum bedding

will be necessary in rock formation boulder formation and soft soils and black

cotton soil but not in murum formation itself.

No brickbats or hard stone metal bigger than 20 mm gauge shall be allowed

beneath the pipe line directly in touch with the pipe as in the murum bedding.

All stokes such as electric wires, water and sewer mains, manhole, natural

drainage, culverts, storm water drains, gutters, poles, etc. coming in the way

shall carefully be looked after and any damage be prevented to the same. Any

work of removing repairing and reducing such structures or obstacles in the

process of laying, jointing and testing pipe line etc. should be carried out by

the contractor wherever directed, without any claims for extra to the

satisfaction of the Engineer-in-charge. Contractor shall foresee all such

situation and make necessary arrangement to overcome those in advance.

The contractor shall not be allowed, any wastage and breakage in pipes

brought by him for pipes issued departmentally, the total length of pipes laid

and that returned to stores in cracked or unused conditions shall coincide with

total length is used. The cost of pipes etc. cracked due to fault of contractor

beyond the above permissible limit shall be recovered from him. All waste and

broken pipe pieces shall be returned by the contractor to the store of issue at

no extra cost. The contractor shall keep an upto date account of pipes, specials

and valves etc. issued him free of cost showing quantity received vide

unstamped receipt No. and date, quantity used giving chainages as and balance

at hand and returned (supported by acknowledgements signed by the Sub-

Divisional Officer) failing which the Engineer-in-charge shall reserve the right

to keep final bill pending till this account is finalized and contractor shall not

claim any compensation in that case for delay in settlement of final bill.

Pipes shall be laid in reasonably dry trenches. Under no circumstances pipes

shall be laid in slushy, marshy or water logged and filled up or yielding strata

before getting it inspected from Engineer-in-charge and providing proper

foundations.

Page 181: AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY … · 2019-06-03 · 1 AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY DEPARTMENT E-TENDER NOTICE NO 2051 FOR 2019-20NAME OF WORK: Providing,

181

Contractor shall make his own arrangements for obtaining permission for

stacking or pipes etc. on the road from land Owners whether it is belonging to

any other Government Department or Municipal or Local Bodies or Private Land

Owners.

For crossing obstacles natural or built up such as culverts, drains, gutters,

cables, pipline, poles etc. contractor shall approach respective authorities

obtain permission for crossing them immediately at the time limit of

acceptance of the tender and shall take into consideration all such difficulties

for the time limit allowed for execution and completion of the work. Any such

work left remaining to be carried out due to want of the tender without any

claim for extra cost or compensation due to non receipt of permission or any

other natural or unforced and until the date of completion of the work shall be

treated as incomplete. contractor shall also not claim compensation if work is

delayed on account of permission for road crossing etc. not being received in

time.

Before the work of laying pipe line is started the contractor shall see that all

pipes are stacked length wise above the trench between road fencing in

sufficient number and without causing any construction to the traffic.

Necessary road diversion as directed shall be provided without any extra claims

by the contractor for excavation the roads till completion of work, so that the

traffic shall not be hampered. Necessary guide stones duly painted with white

wash shall be provided on both sides of temporary diversions. Necessary sign

boards, indicating diversions and road closed etc. shall be provided at

prominent places alongwith red flags and red letters at night time and

maintained till the crossing work is over and road opened for traffic. The

diversion shall be removed after road surfaces are brought to original

condition. Necessary storing planks for crossing the trenches shall be provided

on the open trenches in the towns and wherever required without claiming

extra cost.

The contractor shall take utmost care in laying the pipe line alongwith roads

and in towns in order to avoid accidents to human life and animal.

Page 182: AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY … · 2019-06-03 · 1 AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY DEPARTMENT E-TENDER NOTICE NO 2051 FOR 2019-20NAME OF WORK: Providing,

182

28.1 JOINTING OF PIPES

All the jointing work shall be carried out by the contractor after giving written

due intimation in advance at least for 4 days before jointing operation starts

and laid pipes are approved for grade and cleaned of all inside waste material

such as mud etc. and in presence of responsible Government Servant not below

the rank of Junior Engineer. Unless otherwise mentioned in the wording of the

item in Schedule 'B' of the tender all labour and materials required for jointing

(depending upon the type of joint mentioned in item) such as lead, spunyarn,

grease, oil, SBR quality rubber rings and gaskets, cement, sand, water, fire

wood, nut-bolts, washers, rubber packing, RCC collars, etc. shall be Produced

and used by the contractor at his cost. All the materials to be used for jointing

should be first got approved from the Sub-Divisional Officer.

No extra claims or compensation will be admitted for items of laying pipes etc.

If the pipes are required to be laid upto a depth not greater than 3 times the

maximum depth shown in the sectioned longitudinal sectional drawings or

estimate so also no compensation shall be paid if class of pipes to be laid is

changed during execution.

If the lines are laid in separate detached sections and not continuous length

due to any of the reasons such as non availability of specials or due to

obstacles etc. contractor shall see that no end of any pipe length is kept open

even temporarily and that all open ends are immediately covered up either by

suitable blank flange or cap, plug or by means of a double layer gunny cloth

tied properly by means of mild steel wires and without any claim for extra cost

or compensation.

The contractor shall take utmost precautions to see that no extraneous matters

such as lead, stones, brick bats or animals such as rats, reptiles are allowed

any access into the pipe line and in case of their existence being detected in

the pipe line, the contractor shall remove them by means of rodding etc. to

the complete satisfaction of the sub-divisional officer, without any claim for

extra cost.

No extra cost will be allowed to fixing of specials and other accessories such as

valves, washouts, etc. unless provided for separately in the tender. So also no

extra cost will be paid for cutting the pipes and specials as and where required

for negotiation of bend or fixing valve, branch tee or achieving exact length of

the line etc. The cutting operation shall be carried out preferably by means of

standard pipe cutter or hacksaw unless cutting

Page 183: AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY … · 2019-06-03 · 1 AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY DEPARTMENT E-TENDER NOTICE NO 2051 FOR 2019-20NAME OF WORK: Providing,

183

by chisel and hammer is allowed by the Engineer-in-charge. The end of pipe to

be used for gasket joint shall be chamfered by means of file and made

perfectly true or like original chamfered and if portion of pipe or specials is

damaged rendered use less due to careless cutting of the contractor the cost of

the damaged portion as decided by the Executive Engineer will be recovered

from the contractor.

If necessary the contractor shall have to carry out the work of laying pipes by

keeping gaps here and there if some pipes, specials and valves to be supplied

by the Department as per Schedule 'A' would not be made available in time and

the contractor shall not claim any compensation for being required to lay the

pipe line in gaps and for excavating gap portion if it gets refilled etc.

Insertion of gaskets shall be done by proper application of a thin film of

lubricant (Vegetable oil only) to the butt seating inside the socket. The gasket

shall be wiped clean, fixed and then the socket with the bulb towards the back

of the socket. The groove in the socket must be located on the retaining board

in the socket and retaining hole of the gasket firmly bedded in the seating.

Contractor shall ensure to the satisfaction of the Sub- Divisional Officer that

the gasket fits evenly around the full circumference removing any bulges which

would prevent the proper entry of the spigot and for large diameter this

operation should be assisted by forming a second loop in the gasket opposite to

the first and then pressing the loops flat one after the other.

The thin film of lubricant (Vegetable oil only) shall be applied to the inside

surface of gasket which will be in contact with the entering spigot. A thin film

of lubricant shall be also applied to the outside surface of the entering spigot

for a distance of 25 mm from spigot end. The pipeline to be jointed should be

supported centrally by the tackle used for laying and balance just clear of the

trench bottom. The spigot of the pipe must be aligned and entered carefully

into the adjacent socket until it makes contact with the gasket. Final assembly

of the joint is completed from this position.

The spigot end of the entering pipe shall be compressed until it reaches the

bottom of the socket. If the assembly is not completed with reasonable force,

the spigot end shall be removed and the position of the gasket examined and

then the assembly is refitted properly to the satisfaction of the Sub-Divisional

Officer. The work shall generally be carried out as per instructions given in

manufacturer's pamplets. All the tools and tackles required for jointing, such as

rack and layer 3 mm dia, 5 m long wire rope with thimble, hook and rope

Page 184: AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY … · 2019-06-03 · 1 AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY DEPARTMENT E-TENDER NOTICE NO 2051 FOR 2019-20NAME OF WORK: Providing,

184

adjuster should be procured by the contractor at his own cost.

The item includes all other necessary materials including rings, etc. and labour.

28.2 HYDRAULIC TESTING

The pipeline and valves should be tested hydraulically upto the required

pressure as per IS satisfactorily and all the leakages if any should be repaired at

the time of hydraulic esting. The 10% amount of the lowering, laying and

jointing of pipeline shall be released after satisfactory hydraulic testing.

Contractor should make his own arrangements at his own cost for water for

hydraulic testing of pipeline. He should not rely upon completion of any other

sub-works for such testing.

28.3 MODE OF MEASUREMENT

The item will be measured and paid on the Running Meter basis. The 10%

payment will be with held for till satisfactory hydraulic testing is given.

29. VALVES/PEN STOCKS/SLUICE GATES

All the valves shall be C.I.D.F. type Valves shall be of approved make by MJP or

such other reputed and approved make. Valves shall have the certificate of

I.S.I. and shall be as per the relevant IS codes. All valves having diameter 300

mm and above shall have spur gear arrangement for manual operations.

Diabelow 300 mm shall be with hand wheel for operation.

All sluice gates shall be of approved make and with brass lining. It shall be

provided with spur gear arrangement and hand wheel for easy manual

operation.

All pen stocks shall be brass lined and provided with suitable arrangement for

easy and smooth manual operation.

30. MAKING CROSS CONNECTIONS :

Making cross connections, to existing distribution system of any type including

excavation, breaking and removing existing pipes, lowering, laying of special

and pipes and their position, refilling closing the water supply in that area

dewatering and restoring the water supply etc. complete as directed by

Engineer-in-charge.

The payment will be done on No. basis.

31. C.I. MECHANICAL JOINTS

Supply of C.I. Mechanical Compression collar coupling (popularly known as Jiffy

Page 185: AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY … · 2019-06-03 · 1 AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY DEPARTMENT E-TENDER NOTICE NO 2051 FOR 2019-20NAME OF WORK: Providing,

185

Collar Coupling) suitable for C.I. spun pipes (as per IS:1536:2001) and D.I. pipes

(as per IS:8329:2000) complete with sealing rubber gasket of SBR. C.I. Follower

glands and MS Nit bolts. The whole assembly should be mechanically and

hydraulically tested to the provisions as paid down in IS:1538:1993 and as

directed by Engineer-in-Charge.

Mode of measurement : Per No.

1. Sand, Metal& Bricks

Sand, metal & bricks of best quality will be insisted. Samples of these will have to

be got approved prior to use on work.

2. Cement

MATERIALS REQUIRED FOR

CONSTRUCTION

Page 186: AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY … · 2019-06-03 · 1 AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY DEPARTMENT E-TENDER NOTICE NO 2051 FOR 2019-20NAME OF WORK: Providing,

186

OPC of 43 grade in jute/polyethylene bags (weighing 50 Kg each)shall be used

for all water retaining Structures & for all works. The cement shall be used of

following brands (1) Ultratech, (2) Birla and (3) Ambuja. Super plasticizer in the

proportion of 0.5 % (0.25Kg/cement bag) should be used.

3. Reinforcement

Tor steel of 415 grade & mild steel grade-I shall only be used as per design. /The

steel to be used shall be of grade Fe-250, Fe-450 as per design.

The Contractor shall have to procure the steel from open market .The steel

procured by Contractor shall be only tested one and the Contractor shall produce

manufacturer's test certificate without which it shall not be accepted. Further the

Contractor shall arrange to get tested any sample from steel brought at site by

him in laboratory at his cost and results should be submitted to the MJP.

Defective steel brought by Contractor shall be rejected and will not be allowed to

be used.Test certificate stating the chemical composition & characteristics of the

product should also be produced.

At least three samples of each diameter should be tested from every 5 tons (MT)

or part thereof. Tested lots only will be permitted to be used.

4. Concrete

The PCC and RCC work shall be as per IS 456:2000.(OR LATEST REVISION)

Concrete mixer shall be used for preparing concrete.

Vibrator shall be used to consolidate concrete while placing in position. Mix

design will be allowed only if required for minimum infrastructure like weigh

batching plant, Needle vibrator and proper form work is provided.

While concreting, representative samples in form of Test Cubes shall be taken by

the MJP supervisor and shall be tested under his supervision, charges of testing

shall be borne by the Contractor .Frequency of taking cubes(sampling, accepting

criteria, standard deviation values, carting of concrete cubes ,test procedure etc.)

should be followed by contractor as per IS:456.

3. LOWERING AND FIXING OF SLUICE VALVES/KINETIC AIR VALVES

This item includes fixing of valves at work site including cost of transportation,

loading, unloading, etc. all materials and labours required for fixing, including

Page 187: AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY … · 2019-06-03 · 1 AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY DEPARTMENT E-TENDER NOTICE NO 2051 FOR 2019-20NAME OF WORK: Providing,

187

testing. The size of nuts, bolts and packing shall be as per IS specifications and

suitable for the type of valves and as per the directions of the Engineer-in-charge.

The location of the valves shall be decided by the Engineer-in-charge. Before any

of these valves are fixed at the pre-determined position, these shall be cleaned,

greased and it shall be checked that these are in proper working condition. Sluice

valves shall be properly supported on wooden sleepers till the anchor blocks sets.

Sluice valve - PN 1.6 and 1.0 ….. mm dia.

……. mm dia

……. mm dia

Air valve (Double Ball) ……mm dia

Kinetic Air valve PN-1.6 & 1.0 …… mm dia

Hydraulic Testing

The pipeline and valves should be hydraulically tested upto the required pressure as

per IS, satisfactorily and leakages if any should be repaired at the time of hydraulic

testing. The 10% amount of the lowering, laying and jointing the pipe shall be released

after satisfactory hydraulic testing. Contractor should make his own arrangements at

his own cost for water, for hydraulic testing of pipeline. He should not relay upon

completion of the any other sub-works for such testing.

MODE OF MEASUREMENT

The item will be measured and paid on the No. basis. 90% payment will be made

after lowering and fixing and remaining 10% will be released after satisfactory

hydraulic test.

REFILLING OF TRENCHES OF PIPELINE

After lowering, laying, jointing and welding of pipe line, site gunitting and

concreting work, refilling of trenches with available excavated stuff shall be done.

The available excavated stuff shall be laid in layers of 15 cm to 20 cm. Each layer

shall be watered and compacted before the upper layer is laid till the required

level is reached. First 2 layers of 15 to 20 cms shall be free from stones or chips

or any harmful material, to protect the pipe from damage.

Only soil or soft murum shall be used for filling.

Page 188: AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY … · 2019-06-03 · 1 AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY DEPARTMENT E-TENDER NOTICE NO 2051 FOR 2019-20NAME OF WORK: Providing,

188

Originally filling shall be done 30 to 40 cms above natural ground or road level.

Sinking below the road or ground level, if noticed till the completion of work, the

contractor shall have to make it level at his cost.

This item includes,..

a) Clearing useful excavated material of rubbish bracking clods, stone, etc.

b) Conveying the useful excavated material upto 500 M and filling in layers,

watering and compacting.

c) All labour, equipment and other arrangements necessary for the satisfacto-

ry completion and completion of the item.

Mode of measurement and payment of the rate shall be for a unit of 1 Cum of

compacted trench filling with approved excavated material. The measurement

shall be net for the compacted filing and no deduction for shrinkage or voids shall

be made. However, deduction for pipe volume will be made. Depth of filling for

measurement will be limited from natural ground level only. No payment will be

made for filling for 30 to 40 cms above natural ground level, if so insisted by the

Engineer-in-charge.

Surplus excavated material is the property of Pradhikaran. So contractor is not

empowered to sell this excavated material to any other agency.

This disposal will not be considered for initial 500 M lead from edge of pipe line

trenches and so will not be paid for.

The material shall be conveyed by means of suitable devices/manner.

The material conveyed to the place of disposal shall either be stocked or spread

as directed by Engineer-in-charge or his representative.

The route opening and maintenance, payment of any royalties, compensation to

land owners and for damaged of any etc. during the process of conveyance etc.

shall be the entire responsibility of the contractor.

90 % payment s made after completion of lowering ,laying and remaining 10%

amount will be withheld till satisfactory hydraulic testing of pipe line is given.

Reflux Valve :-

The item includes providing, erecting, jointing with jointing material and

Page 189: AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY … · 2019-06-03 · 1 AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY DEPARTMENT E-TENDER NOTICE NO 2051 FOR 2019-20NAME OF WORK: Providing,

189

commissioning CI, double flanged Reflux Valve of 150 mm. dia. of PN1.6 rating

The valve shall conform IS:5312 (part - I). The valves shall be provided with a

concrete block for support. The minimum size of reflux valve shall be so selected

that, the velocity of water shall not exceed 2.0 M/Sec.

Acceptable makes : As per latest approved list of MJP .

5. MURUM BEDDING

General

The specification contained in the Standard Specification Volume-II published by

Public Works and Housing Department, Govt. of Maharashtra, Chapter Bd.A-10,

Page 263 shall apply. In addition to above, following specifications shall govern.

Murum bedding shall be done with approved quality of soft murum, selected from

excavated stuff and approved by the Engineer-in-Charge. The murum shall be

collected from available excavates stuff and to be utilized if murum is not

available from selected excavated stuff, it should be brought from outside and

rates payable will be as stipulated in the tender item. Thickness of murum

bedding will be 15 cm.. The contractor shall be paid for one Cubic Meter of the

filling laid and compacted and will be paid upto two place of decimal of Cum.

Murum bedding shall be laid in exact 15 cm thickness for full width of excavation,

it shall be well rammed with hand rammers so that pipe line is laid on firm

bedding. Collection of murum from excavated stuff and carting upto the work site

is included in the item and contractor shall make his own arrangement for

procurement and carting of murum at his cost.

Mode of Measurement and Payment

Quantity shall be measured in Cubic Meter. The dimensions shall be measured

upto two Decimal of Cubic meters and quantity shall be calculated upto two

places of Decimal of Cubic meter. Payment for murum bedding will be made after

lowering, laying and jointing of the pipe.

10. B.B. MASONRY CHAMBER

Providing and constructing B.B. masonry valve chambers of size as per

Schedule-B and as per approved drawing for ESR/MBR/WTP etc.

The work is to be carried out as per type design or drawing of the department and

as per detailed description of the item in Schedule-B of the tender. Sizes of

Page 190: AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY … · 2019-06-03 · 1 AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY DEPARTMENT E-TENDER NOTICE NO 2051 FOR 2019-20NAME OF WORK: Providing,

190

chamber mentioned in the item are the clear internal dimensions of the chamber

after completion of plastering. Unless otherwise mentioned in the wording of item

in Schedule-B of the tender the rate for this item shall include following allied

works.

a) The cost of extra excavation in all types of strata which is in addition to the

line trench, refilling the sides and disposing off surplus stuff will be paid

separately under relevant item.

Excavation covered by pipe line trenches coming under M.H. chamber

shall not be admissible for payment.

b) Providing and casting at site 15 cm thick bed concrete in CC M-100 below

external size of complete chamber.

c) Providing B.B. masonry side walls in 225 mm thick in CM 1:5

d) Providing 20 mm thick plaster in CM 1:3 from inside.

e) Providing cement plaster 20 mm thick in CM 1:3 from outside at least upto

30 cm below ground level.

f) Providing top coping 15 cm thick in M-150 with smooth finishing to surface.

g) Providing and fixing in position pre-cast RCC manhole frame cover.

h) Unless otherwise directed by the department the finished top of the cham-

ber constructed on road surface and shall not cause hindrance to traffic.

Mode of Measurement

This item will be measured and paid as per number basis.

2. PROVIDING AND SUPPLYING C.I./D.I. FLANGED PIPES

The item includes supply CI/DI flanged pipes as per latest IS and approved by

Engineer-in-Charge. The cost of pipe should be including all taxes central and

local, railway freight, transportation upto site of work or departmental store.

The item will be measured and paid as per running meter basis.

3. PROVIDING AND SUPPLYING C.I.FLANGED / S/S

SPECIALS

The item includes supply CI flanged/s/s specials as per latest IS and approved

by Engineer-in-Charge. The cost of specials should be including all taxes

central and local, railway freight, transportation upto site of work or

departmental store.

Page 191: AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY … · 2019-06-03 · 1 AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY DEPARTMENT E-TENDER NOTICE NO 2051 FOR 2019-20NAME OF WORK: Providing,

191

The item will be measured and paid as per kg. basis.

ITEM NO. ….. C.I.D.F. SLUICE VALVE ( GLANDLESS) WITH ACTUATOR

The entire assembly comprising valve actuator reduction gear box and head stock

shall be supplied by the approved valve manufacturer only and documentary proof

for the same shall be submitted.

3.1 SLUICE VALVE

Providing, erecting and commissioning of …… mm dia PN-…… Rating Sluice

Valves without by pass shall be of approved by the Executive Engineer and shall

be provided in the delivery pipe of each pump. The sluice valves of cast iron

body suitable for the PN-….. rating shall be provided and shall confirm to rele-

vant IS6. The sluice valves shall be double flange, water works pattern, inside

screw, non-rising spindle type and shall be fitted with double faced gunmetal

taper wedge made in one piece and having two machined facing rings securely

fixed into machine recesses in the wedge. The guides and the lugs shall be pro-

vided to guide the wedge through its full travel and the lugs and guides shall be

lined with bronze. The bronze liners provided on guides and lugs shall be se-

cured by counter sunk screws or rivets of nonferrous metals. The clearances

(radial and lugs axial) between the lugs and guides shall not exceed 2.5mm. All

valves shall be provided on delivery side of pump.

MATERIALS OF CONSTRUCTIONS:

Body, bonnet cover and wedges Grey cast iron

Stuffing box and gland. FG – 200 of IS-210

Spindle Stainless steel IS:6603

Wedge and body rings Leaded in bronze conforming

to grade-2 of IS:318

Nuts and Bolts As per IS: 1363

Page 192: AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY … · 2019-06-03 · 1 AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY DEPARTMENT E-TENDER NOTICE NO 2051 FOR 2019-20NAME OF WORK: Providing,

192

Wedge Nut High tensile brass conforming

to Alloy 3 of IS : 320

3.1 SLUICE VALVE( GLANDLESS)

A …… mm dia Class 300, Cast Steel sluice valve shall be provided on the delivery

pipe of each pump. The valve shall be double flanged water works pattern inside

screw with non-rising spindle. The valve shall generally conform to Class 300 rat-

ing of relevant international standard. The valve shall be suitable for operation

with valve actuator mounted on valve body with reduction gear box and head

stock.

The materials of construction shall be as per relevant standard with stainless steel

spindle of grade specified in standard. Thrust bearing shall be located in suitable

housing above stuffing box and shall be oil/grease lubricated. Construction shall

be such that ingress of water into bearing housing is totally prevented.

The valve shall be subjected to test at manufacturer’s works in the presence of

the Third Party Engineer for seat and body test at the pressure stipulated for

the rating and entire operation with valve actuator simulating field

installations.

Material of construction of Valve

Body, Bonnet - CS ASTM A216 Gr WCB

Body Seat Ring - SS CA15 / CS WCB +13% Cr. HF

Wedge - CS WCB +13% Cr. HF

Spindle & Gland Bush - SS AISI type 410

Seal (O) ring – Nitrile rubber

Back Seat Bush - SS AISI type 410

Yoke Sleeve - SG Iron / Gun Metal

Gasket - Spiral wound SS 304 + Graphoil filled

Body Studs - ASTM A 193 Gr B7

Body Bolts - ASTM A 194 Gr 2H

Ends- Flanged Drilled to ANSI B16.5, CL-300

3.2 VALVE ACTUATOR

Electromechanical valve actuator shall be provided for sluice valve of

individual pump delivery line the actuator shall be electrically operated.

Page 193: AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY … · 2019-06-03 · 1 AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY DEPARTMENT E-TENDER NOTICE NO 2051 FOR 2019-20NAME OF WORK: Providing,

193

However features shall be incorporated to disengage electric motor and

operate the actuators manually.

3.3 ACTUATORS

The actuator shall be designed to open and close with manual push button

operation considering actual torque required for opening and closing of

actuator and under shut off condition. The operating speed shall be designed

for valve stroke of approximate 250 mm per minute during valve closing and

opening operation. The enclosure shall be fully weatherproof it shall

incorporate double ‘O’ sealing arrangement for protection of electrical

component from moisture and dust at all time even when terminal covers are

removed, mechanical indicator for sluice valve close and open should be

provided on actuator. The actuator shall also incorporate hammer blow feature

to open the valve.

3.4 MOTOR

The electric motor shall be 3 phase squirrel cage, Class-B insulated with a time

rating of 10 minutes or twice the valve stroking time, whichever is longer. The

HP of motor shall be with …….% extra margin.

3.5 DRIVE

The actuator gear box shall be of the totally closed oil/greased lubricated type

the arrangement shall be such that the gear case can be opened for inspection

or disassembled without taking the valve out of the service.

The drive shall incorporate bottom entry drive bushing which shall be easily

detachable and machined to fit on valve spindle.

3.6 MANUAL OPERATION

A hand wheel shall be provided at appropriate level for manual operation. The

mechanism shall be such that the manual operation is possible only when motor

is disengaged by means of lever.

3.7 LIMIT SWITCHES

Page 194: AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY … · 2019-06-03 · 1 AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY DEPARTMENT E-TENDER NOTICE NO 2051 FOR 2019-20NAME OF WORK: Providing,

194

Limit switches shall be provided for open and close torque and/or positions.

Means shall be provided to prevent the open torque switch tripping during

initial unseating hammer blow effect.

All required electrical and mechanical connections including power and control

cables shall be provided and cost of all such items shall be deemed to be

included in the quoted cost for valve and actuator.

Necessary support in CC block shall be provided underneath the valve. If

required CC platform shall be provided to ensure that height of hand wheel is 1

m above the platform cost of CC support and platform shall be separately

under relevant item in Schedule-B.

3.8 TESTING

All the Sluice valves & Valve actuators shall be subject to factory test in

presence of Superintending Engineer (M) or his representative and third party

inspection agency approved by MJP.

The scope of third party inspection by the agency approved by MJP is as under

for all Sluice valves:

1. Review of raw material test certificate and quality control procedure.

2. Body and seat test

3. Test with operation of actuator and reduction gearbox fully assembled

with valve opening and closing with synchronizing.

4. Checking wear travel.

For Valve Actuator:

1. Review of raw material test certificate and quality control procedure.

2. High voltage test

3. Insulation resistance test

4. Checking wiring diagram and circuit

Acceptable makes: As per Mechanical approved make of MJP.

TEM NO. ….. C.I.D.F. REFLUX VALVE

a) …… mm dia for Each pump

b) ……. mm dia on Rising Main

Page 195: AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY … · 2019-06-03 · 1 AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY DEPARTMENT E-TENDER NOTICE NO 2051 FOR 2019-20NAME OF WORK: Providing,

195

2.1 A …… mm dia non-return valve generally conforming to relevant international

standard shall be provided on the delivery pipe of each pump. The valve shall

have free acting, quick opening, non-slam closure, and low head loss character-

istics. The entire assembly shall be suitable for working pressure of ……..

Kg/Sqcm and body test pressure of …… Kg/Sqcm construction materials shall be

as per relevant standard. However, rubber faces shall not be offered. A ……..

mm dia Non-Return valve shall be multidoor generally conforming to relevant

standard and shall be installed on rising main at location as directed by Engi-

neer In Charge . Alternatively CIDF …… mm dia valve with sliding disk generally

as per construction of zero velocity valve can be accepted if manufacturer and

contractor jointly give guarantee for ….. years. The ………mm dia NRV/ZVV

shall be provided on rising main.

The valves shall be of approved make and shall be tested at manufacturer’s

works for seat and test and body test for test pressure in presence of the Third

party inspection agency.

Necessary CC support shall be provided underneath the valves and shall be paid

under relevant item in Schedule ‘B’.

2.2 MATERIALS OF CONSTRUCTION

Body, cover, door and door face disc. Grey cast iron confirming to grade

Disc. FG –200 of IS-210

Hinges Cast steel to IS:1030

Hinges pins, door pins & door Stainless steel to IS:6603

Suspension pins

Bearing bushes, body hinges and Gun metal conforming to grade 2

door faces of IS:318

2.3 TESTING

All the Reflux valves shall be subject to factory test in presence of

Superintending Engineer (M) or his representative and third party inspection

agency approved by MJP.

The scope of third party inspection by the agency approved by MJP is as under

a) Review of raw material test certificate and quality control procedure.

Page 196: AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY … · 2019-06-03 · 1 AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY DEPARTMENT E-TENDER NOTICE NO 2051 FOR 2019-20NAME OF WORK: Providing,

196

b) Body test and seat test.

All test certificates in triplicate shall be submitted along with supply of valves.

Acceptable makes: As per approved mechanical list of MJP

ITEM NO. … CAST STEEL REFLUX VALVE ( CLASS 150/300 )

a) …… mm dia for Each pump

b) …… mm dia on Rising Main

A ……. mm dia non-return valve generally conforming to relevant international

standard shall be provided on the delivery pipe of each pump. The valve shall

have free acting, quick opening, non-slam closure, and low head loss character-

istics. The entire assembly shall be suitable for working pressure of 52 Kg/Sq

cm and body test pressure of 78 Kg/Sq cm construction materials shall be as

per relevant standard. However, rubber faces shall not be offered. A ……….

mm dia Non-Return valve shall be multi door generally conforming to relevant

standard and shall be installed on rising main at location as directed by Engi-

neer In Charge . Alternatively M.S. fabricated …….. mm dia valve with sliding

disk generally as per construction of zero velocity valve can be accepted if

manufacturer and contractor jointly give guarantee for 3 years. The ……. mm

dia NRV/ZVV shall be provided on rising main.

The valves shall be of approved make and shall be tested at manufacturer’s

works for seat and test and body test for test pressure in presence of the Third

party inspection agency.

Necessary CC support shall be provided underneath the valves and shall be paid

under relevant item in Schedule ‘B’.

Material of Construction

For …… mm dia and , …….. mm dia REFLUX VALVE :

Body , Cover & Hinge - CS ASTM A216 Gr.WCB

Disc - CS WCB + 13% Cr. HF

Body Seat Ring- SS CA15 / CS WCB +13% Cr. HF

Washer, Hinge Pin & Split Nut - SS AISI 410

Page 197: AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY … · 2019-06-03 · 1 AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY DEPARTMENT E-TENDER NOTICE NO 2051 FOR 2019-20NAME OF WORK: Providing,

197

Gasket - Spiral Wound SS 304 + Graphoil filled

Cover Stud / Nut - ASTM A 193 Gr B7 / A 194 Gr 2H

Valves 400mm & above sizes are with Counter weight arrangement.

Ends- Flanged Drilled to ANSI B16.5, CL-300

OR

2.3 TESTING

All the Reflux valves shall be subject to factory test in presence of

Superintending Engineer (M) or his representative and third party inspection

agency approved by MJP.

The scope of third party inspection by the agency approved by MJP is as under

a) Review of raw material test certificate and quality control procedure.

b) Body test and seat test.

All test certificates in triplicate shall be submitted along with supply of valves.

Acceptable makes: As per approved mechanical list of MJP

TESTING

All the Reflux valves shall be subject to factory test in presence of

Superintending Engineer (M) or his representative and third party inspection

agency approved by MJP.

The scope of third party inspection by the agency approved by MJP is as under

a) Review of raw material test certificate and quality control procedure.

b) Body test and seat test.

All test certificates in triplicate shall be submitted along with supply of valves.

Acceptable makes: As per Mechanical approved list of MJP.

ITEM NO…… BUTTERFLY VALVE

BUTTERFLY VALVE, P.N.-….. (…… mm dia for each pump and ……mm dia for

Page 198: AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY … · 2019-06-03 · 1 AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY DEPARTMENT E-TENDER NOTICE NO 2051 FOR 2019-20NAME OF WORK: Providing,

198

rising main).

……. mm dia and ….. mm dia Butterfly valve shall be short wall body pattern

conforming to BS 5155 suitable for working pressure of ……Kg/Sq.cm and body

pressure …….Kg/Sq.cm. The manual actuator with suitable hand wheel shall be

provided to operate the valve. The shaft shall be horizontal. The ……. mm dia.

butterfly valve shall be installed on rising main as directed by Engineer-in-

Charge.

The valve seat of the disc shall be synthetic rubber and renewable without

dismantling the valve.

All fasteners shall be stainless steel. The casting shall conform by third party

inspection agency.

Necessary CC support shall be provided underneath the valve and shall be paid

separately under relevant item in Schedule-B.

5.2 TESTING

All the valves shall be subject to factory test in presence of Superintending

Engineer (M) or his representative and third party inspection agency approved

by MJP.

The scope of third party inspection by the agency approved by MJP is as under

a) Review of raw material test certificate and quality control procedure.

b) Body and seat test.

Acceptable makes: As per Mechanical approved list of MJP.

ITEM No. ….. : KINETIC AIR VALVE

Double orifice kinetic type 200 mm dia air valve of approved make by MJP

shall be provided on 800 mmdia common manifold as shown in drawing as per

direction of Engineer-in-Charge. The air valve shall be suitable for working

pressure of …… Kg/Sq.cm and isolating sluice valve designed for working

pressure of …… Kg/Sqcm shall be provided.

The air valve shall be mounted on …… mm dia branch hole with taper of size

Page 199: AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY … · 2019-06-03 · 1 AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY DEPARTMENT E-TENDER NOTICE NO 2051 FOR 2019-20NAME OF WORK: Providing,

199

……x ……. mm and at least height of …… mm. The air valve shall be of approved

make by MJP only and shall be test at factory in presence of Third Party

Inspection agency approved by MJP.

TESTING

All the valves shall be subject to factory test in presence of Superintending

Engineer (M) or his representative and third party inspection agency approved

by MJP.

The scope of third party inspection by the agency approved by MJP is as under

a) Review of raw material test certificate and quality control procedure.

b) Body and seat test.

c) Operation test for functioning of small orifice and large orifice.

Acceptable makes: As per Mechanical approved list of MJP.

3.1 SLUICE VALVE( GLANDLESS)

A …… mm dia Class 300, Cast Steel sluice valve shall be provided on the deliv-ery pipe of each pump. The valve shall be double flanged water works pattern inside screw with non-rising spindle. The valve shall generally conform to Class 300 rating of relevant international standard. The valve shall be suitable for operation with valve actuator mounted on valve body with reduction gear box and head stock.

The materials of construction shall be as per relevant standard with stainless steel spindle of grade specified in standard. Thrust bearing shall be located in suitable housing above stuffing box and shall be oil/grease lubricated. Con-struction shall be such that ingress of water into bearing housing is totally pre-vented.

The valve shall be subjected to test at manufacturer’s works in the presence of

the Third Party Engineer for seat and body test at the pressure stipulated for the rating and entire operation with valve actuator simulating field installations.

Material of construction of Valve

Body, Bonnet - CS ASTM A216 Gr WCB

Body Seat Ring - SS CA15 / CS WCB +13% Cr. HF

Wedge - CS WCB +13% Cr. HF

Page 200: AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY … · 2019-06-03 · 1 AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY DEPARTMENT E-TENDER NOTICE NO 2051 FOR 2019-20NAME OF WORK: Providing,

200

Spindle & Gland Bush - SS AISI type 410

Seal (O) ring – Nitrile rubber

Back Seat Bush - SS AISI type 410

Yoke Sleeve - SG Iron / Gun Metal

Gasket - Spiral wound SS 304 + Graphoil filled

Body Studs - ASTM A 193 Gr B7

Body Bolts - ASTM A 194 Gr 2H

Ends- Flanged Drilled to ANSI B16.5, CL-300

3.2 VALVE ACTUATOR Electromechanical valve actuator shall be provided for sluice valve of

individual pump delivery line the actuator shall be electrically operated. However features shall be incorporated to disengage electric motor and operate the actuators manually.

3.3 ACTUATORS The actuator shall be designed to open and close with manual push button

operation considering actual torque required for opening and closing of actuator and under shut off condition. The operating speed shall be designed for valve stroke of approximate 250 mm per minute during valve closing and opening operation. The enclosure shall be fully weatherproof it shall incorporate double ‘O’ sealing arrangement for protection of electrical component from moisture and dust at all time even when terminal covers are removed, mechanical indicator for sluice valve close and open should be provided on actuator. The actuator shall also incorporate hammer blow feature to open the valve.

3.4 MOTOR The electric motor shall be 3 phase squirrel cage, Class-B insulated with a time

rating of 10 minutes or twice the valve stroking time, whichever is longer. The HP of motor shall be with 50% extra margin.

3.5 DRIVE The actuator gear box shall be of the totally closed oil/greased lubricated type

the arrangement shall be such that the gear case can be opened for inspection or disassembled without taking the valve out of the service.

The drive shall incorporate bottom entry drive bushing which shall be easily

Page 201: AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY … · 2019-06-03 · 1 AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY DEPARTMENT E-TENDER NOTICE NO 2051 FOR 2019-20NAME OF WORK: Providing,

201

detachable and machined to fit on valve spindle. 3.6 MANUAL OPERATION A hand wheel shall be provided at appropriate level for manual operation. The

mechanism shall be such that the manual operation is possible only when motor is disengaged by means of lever.

3.7 LIMIT SWITCHES Limit switches shall be provided for open and close torque and/or positions.

Means shall be provided to prevent the open torque switch tripping during initial unseating hammer blow effect.

All required electrical and mechanical connections including power and control

cables shall be provided and cost of all such items shall be deemed to be included in the quoted cost for valve and actuator.

Necessary support in CC block shall be provided underneath the valve. If

required CC platform shall be provided to ensure that height of hand wheel is 1 m above the platform cost of CC support and platform shall be separately under relevant item in Schedule-B.

3.8 TESTING All the Sluice valves & Valve actuators shall be subject to factory test in

presence of Superintending Engineer (M) or his representative and third party

inspection agency approved by MJP.

The scope of third party inspection by the agency approved by MJP is as under for all Sluice valves:

1. Review of raw material test certificate and quality control procedure.

2. Body and seat test

3. Test with operation of actuator and reduction gearbox fully assembled with

valve opening and closing with synchronizing.

4. Checking wear travel.

For Valve Actuator: 1. Review of raw material test certificate and quality control procedure.

2. High voltage test

3. Insulation resistance test

4. Checking wiring diagram and circuit

Page 202: AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY … · 2019-06-03 · 1 AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY DEPARTMENT E-TENDER NOTICE NO 2051 FOR 2019-20NAME OF WORK: Providing,

202

Acceptable makes: As per Mechanical approved list of MJP. ITEM NO. … C.I.D.F. REFLUX VALVE a) …… mm dia for Each pump b) ……. mm dia on Rising Main

2.1 A …… mm dia non-return valve generally conforming to relevant international

standard shall be provided on the delivery pipe of each pump. The valve shall

have free acting, quick opening, non-slam closure, and low head loss character-

istics. The entire assembly shall be suitable for working pressure of ……..

Kg/Sqcm and body test pressure of …… Kg/Sqcm construction materials shall be

as per relevant standard. However, rubber faces shall not be offered. A ……..

mm dia Non-Return valve shall be multidoor generally conforming to relevant

standard and shall be installed on rising main at location as directed by Engi-

neer In Charge . Alternatively CIDF …… mm dia valve with sliding disk generally

as per construction of zero velocity valve can be accepted if manufacturer and

contractor jointly give guarantee for ….. years. The ………mm dia NRV/ZVV

shall be provided on rising main.

The valves shall be of approved make and shall be tested at manufacturer’s

works for seat and test and body test for test pressure in presence of the Third

party inspection agency.

Necessary CC support shall be provided underneath the valves and shall be paid

under relevant item in Schedule ‘B’.

2.2 MATERIALS OF CONSTRUCTION

Body, cover, door and door face disc. Grey cast iron confirming to grade

Disc. FG –200 of IS-210

Hinges Cast steel to IS:1030

Hinges pins, door pins & door Stainless steel to IS:6603

Suspension pins

Bearing bushes, body hinges and Gun metal conforming to grade 2 door faces of IS:318 ITEM NO. …CAST STEEL REFLUX VALVE ( CLASS 300 )

a) …… mm dia for Each pump

Page 203: AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY … · 2019-06-03 · 1 AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY DEPARTMENT E-TENDER NOTICE NO 2051 FOR 2019-20NAME OF WORK: Providing,

203

b) …… mm dia on Rising Main 4.1 A ……. mm dia non-return valve generally conforming to relevant international

standard shall be provided on the delivery pipe of each pump. The valve shall have free acting, quick opening, non-slam closure, and low head loss character-istics. The entire assembly shall be suitable for working pressure of 52 Kg/Sq cm and body test pressure of 78 Kg/Sq cm construction materials shall be as per relevant standard. However, rubber faces shall not be offered. A ………. mm dia Non-Return valve shall be multi door generally conforming to relevant standard and shall be installed on rising main at location as directed by Engi-neer In Charge . Alternatively M.S. fabricated …….. mm dia valve with sliding disk generally as per construction of zero velocity valve can be accepted if manufacturer and contractor jointly give guarantee for 3 years. The ……. mm dia NRV/ZVV shall be provided on rising main.

The valves shall be of approved make and shall be tested at manufacturer’s works for seat and test and body test for test pressure in presence of the Third party inspection agency.

Necessary CC support shall be provided underneath the valves and shall be paid under relevant item in Schedule ‘B’.

Material of Construction

a) For …… mm dia and , …….. mm dia REFLUX VALVE :

b) Body , Cover & Hinge - CS ASTM A216 Gr.WCB

c) Disc - CS WCB + 13% Cr. HF

d) Body Seat Ring- SS CA15 / CS WCB +13% Cr. HF

e) Washer, Hinge Pin & Split Nut - SS AISI 410

f) Gasket - Spiral Wound SS 304 + Graphoil filled

g) Cover Stud / Nut - ASTM A 193 Gr B7 / A 194 Gr 2H

h) Valves 400mm & above sizes are with Counter weight arrangement.

i) Ends- Flanged Drilled to ANSI B16.5, CL-300

OR

4.2 TESTING

All the Reflux valves shall be subject to factory test in presence of

Superintending Engineer (M) or his representative and third party inspection

agency approved by MJP.

The scope of third party inspection by the agency approved by MJP is as under

Page 204: AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY … · 2019-06-03 · 1 AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY DEPARTMENT E-TENDER NOTICE NO 2051 FOR 2019-20NAME OF WORK: Providing,

204

a) Review of raw material test certificate and quality control procedure. b) Body test and seat test. All test certificates in triplicate shall be submitted along with supply of valves. Acceptable makes: As per approved mechanical list of MJP

4.3 TESTING

All the Reflux valves shall be subject to factory test in presence of

Superintending Engineer (M) or his representative and third party inspection

agency approved by MJP.

The scope of third party inspection by the agency approved by MJP is as under

a) Review of raw material test certificate and quality control procedure. b) Body test and seat test. All test certificates in triplicate shall be submitted along with supply of valves. Acceptable makes: As per Mechanical approved list of MJP. ITEM NO………...

OR

BUTTERFLY VALVE 5.1 BUTTERFLY VALVE, P.N.-….. (…… mm dia for each pump and ……mm dia for

rising main). ……. mm dia and ….. mm dia Butterfly valve shall be short wall body pattern

conforming to BS 5155 suitable for working pressure of ……Kg/Sq.cm and body pressure …….Kg/Sq.cm. The manual actuator with suitable hand wheel shall be provided to operate the valve. The shaft shall be horizontal. The ……. mm dia. butterfly valve shall be installed on rising main as directed by Engineer-in-Charge.

The valve seat of the disc shall be synthetic rubber and renewable without

dismantling the valve. All fasteners shall be stainless steel. The casting shall conform by third party

inspection agency.

Page 205: AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY … · 2019-06-03 · 1 AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY DEPARTMENT E-TENDER NOTICE NO 2051 FOR 2019-20NAME OF WORK: Providing,

205

Necessary CC support shall be provided underneath the valve and shall be paid separately under relevant item in Schedule-B.

BUTTERFLY VALVE 5.2 BUTTERFLY VALVE Class-300 (…… mm dia for each pump and …… mm dia for

rising main). …….. mm dia and ……. mm dia Butterfly valve shall be short wall body pattern

conforming to BS 5155 suitable for working pressure of 52 Kg/Sq.cm and body pressure 78 Kg/Sq.cm. The manual actuator with suitable hand wheel shall be provided to operate the valve. The shaft shall be horizontal. The ……..mm dia. butterfly valve shall be installed on rising main as directed by Engineer-in-Charge.

The valve seat of the disc shall be synthetic rubber and renewable without

dismantling the valve. 5.3 TESTING

All the valves shall be subject to factory test in presence of Superintending

Engineer (M) or his representative and third party inspection agency approved

by MJP.

The scope of third party inspection by the agency approved by MJP is as under

a) Review of raw material test certificate and quality control procedure. b) Body and seat test.

Acceptable makes: As per Mechanical approved list of MJP. All fasteners shall be stainless steel. The casting shall conform by third party

inspection agency. Necessary CC support shall be provided underneath the valve and shall be paid

separately under relevant item in Schedule-B. KINETIC AIR VALVE

Double orifice kinetic type …… mm dia air valve of approved make by MJP

shall be provided on ……. mm dia common manifold as shown in drawing as per direction of Engineer-in-Charge. The air valve shall be suitable for working pressure of …… Kg/Sq.cm and isolating sluice valve designed for working pressure of …… Kg/Sqcm shall be provided.

Page 206: AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY … · 2019-06-03 · 1 AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY DEPARTMENT E-TENDER NOTICE NO 2051 FOR 2019-20NAME OF WORK: Providing,

206

The air valve shall be mounted on …… mm dia branch hole with taper of size ……x ……. mm and at least height of …… mm. The air valve shall be of approved make by MJP only and shall be test at factory in presence of Third Party Inspection agency approved by MJP.

OR

KINETIC AIR VALVE (CLASS 300)

Double orifice kinetic type …….. mm dia air valve of approved make by MJP

shall be provided on ……. mm dia common manifold as shown in drawing as per

direction of Engineer-in-Charge. The air valve shall be suitable for working

pressure of 52 Kg/Sq.cm and isolating sluice valve designed for working pres-

sure of 52 Kg/Sqcm shall be provided.

The air valve shall be mounted on ……mm dia branch hole with taper of size ……

x …… mm and at least height of …… mm. The air valve shall be of approved make by MJP only and shall be test at factory in presence of Third Party Inspection agency approved by MJP.

TESTING

All the valves shall be subject to factory test in presence of Superintending

Engineer (M) or his representative and third party inspection agency approved

by MJP.

The scope of third party inspection by the agency approved by MJP is as under a) Review of raw material test certificate and quality control procedure.

b) Body and seat test. c) Operation test for functioning of small orifice and large orifice. Acceptable makes: As per Mechanical approved list of MJP. M.S. DISMANTLING JOINTS.

A …….. mm dia dismantling joint shall be provided between the discharge el-bow and non-return valve in delivery line of each pump & …….. mm dia disman-tling joint shall be provided between butterfly valve & N.R.V. for easy assem-bling and dismantling of the pipe work. The shell thickness shall be 12 mm and

Page 207: AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY … · 2019-06-03 · 1 AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY DEPARTMENT E-TENDER NOTICE NO 2051 FOR 2019-20NAME OF WORK: Providing,

207

flange thickness shall be 22 mm. The dismantling joint shall be withstanding test pressure of 52 Kg/Sqcm or twice the shut off whichever is greater. The design shall generally confirm to typical drawing of dismantling joint. The ten-derer may offer other technically equal arrangement. The arrangement shall however fully ensure that…

1. When assembled and under dynamic load the bolts together shall withstand pull equal to 1.5 times the duty head and no torque or pull is extend on the pump foundation arrangement.

2. During assembling or dismantling the sliding flange can be slided adequately to enable to detach the discharge tapper and piping from each other.

3. The seal ring joint shall be designed to withstand test pressure of 25 Kg/Sqcm without any leakage

4. The sliding flange should slide at least 20 mm.

TESTING

All the Dismantling joints shall be subject to factory test in presence of

Superintending Engineer (M) or his representative and third party inspection

agency approved by MJP.

The scope of third party inspection by the agency approved by MJP is as under a) Review of raw material test certificate and quality control procedure.

b) Operation test.

:-M.S.D.F.PIPE AND SPECIALS

General

Pipe work including tapers, specials and bends shall be provided and

completed. The pipes, and specials shall be of mild steel and fabricated to

transmit flow without disturbing streamlined condition, to gradually and

smoothly changes the direction or velocity as the case may be and to offer neat

aesthetic appearance.

The M.S. pipes and specials to be provided by the contractor under this item

includes on delivery pipe of 350 mm, dished ends and specials on 800 mm dia

manifold @ Raw water pumping station.

MATERIAL AND FABRICATION

Page 208: AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY … · 2019-06-03 · 1 AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY DEPARTMENT E-TENDER NOTICE NO 2051 FOR 2019-20NAME OF WORK: Providing,

208

The pipes, specials and flanges shall be manufactured from mild steel plates

generally conforming to IS: 226 Thickness of plates shall not be less than those

stated below or nearest commercial thickness.

i) M.S. pipes and specials …… mm thick for …… mm dia delivery pipes of pumps

ii) M.S. pipes and specials ….. mm thick for ……. mm dia manifold pipe

iii) Dished end 25.mm thick

MODE OF MEASUREMENT AND PAYMENT

The pipes and specials provided by the contractor such as pipes, specials

flanges dished end and blank flanges are payable on Kg. - rate basis for

complete work.

For calculation the weight for payment on rate per kg basis following

parameters will be applicable.

i) Wt. of pipe and special shall be based on finished/fabricated

component, Wastage will not be considered for payment.

ii) Thickness shall be average thickness of pipes supplied.

iii) No deduction for bolt holes in flanges will be made.

iii) Nut bolts and washers will not be considered for weight calculation.

iv) Specific weight of M.S. pipes and specials shall be assumed as 7850 kg./

Cum.

v) Cost of epoxy painting of M.S. pipes specials and valves are deemed to

have been included in rate for Kg. basis and shall not be considered

separately for payment.

vi) Positive tolerance in the thickness of pipe is acceptable. The thickness

shall be measured by ultrasonic gauge and it shall be measured by

agency in presence of department Engineer at site with their

instrument.

vii) Cost of breaking of pump house wall for pipeline work and making and

finishing to original after completion of work is included in this item.

Contractor should provide branch tees for air valve, pressure relief valve etc. erected on manifold as per drawing and as per directions of

Page 209: AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY … · 2019-06-03 · 1 AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY DEPARTMENT E-TENDER NOTICE NO 2051 FOR 2019-20NAME OF WORK: Providing,

209

Engineer-in-charge.

PAINTING

For all M.S. pipes supplied by the contractor and manifold pipe the external

surfaces of the pipe work and valves shall be painted with one coat of epoxy

primer and two coats of epoxy paint approved by the Engineer. Painting shall

be carried after completion of erection work.

TESTING

The contractor shall test the pipe work for hydrostatic pressure of 52 Kg /

Sq.cm. in presence of Engineer-in-charge.

ITEM No……. : M.S. FLANGES

Providing, fabricating, erecting M.S. flanges …… mm dia., …… mm thick. The

flanges shall be machined on both sides. The flanges shall be welded to the M.S.

pipes used for connecting the pumps and other accessories. The payment will be

made on weight basis.

ITEM NO …….. FLANGED JOINTS

The delivery of pump shall be connected to the rising main by making flanged

joints …. mm dia. to the MS pipes & specials. The flanges shall be jointed with

fasteners of adequate strength and quality . The bolt diameters shall conform

to IS: 1538.

The joint ring between flanges shall be of 3.mm thick rubber of adequate

hardness for forming watertight joints and suitable to withstand pressure of 52

kg/Sq.cm.

This item includes the cost of good quality rubber packing & nut bolts with washer. All flanged joints shall be hydraulically tested on full load of pump.

ITEM NO ……. PRESSURE GAUGE

This job covers providing and fixing ….. mm diaGlyscerine filled pressure gauge Bourdon’s type pressure gauge as per IS 3624 : 1987 with brass cock, siphon tube, etc. as per direction of Engineer in charge. Contractor should provide suitable tapped holes at appropriate places for fixing these pressure gauges &

Page 210: AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY … · 2019-06-03 · 1 AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY DEPARTMENT E-TENDER NOTICE NO 2051 FOR 2019-20NAME OF WORK: Providing,

210

the pressure gauge shall be located at a height of 2.5 feet from floor level to ease easy reading for the operator. The pressure gauges shall have range from 0-30 Kg/ Sq.cm.& should be of approved make only.

ITEM NO …….. CONCRETE FOUNDATION

GENERAL

The work includes excavation in all types of strata, reinforcement casting of

RCC works as required with curing etc. complete. Payment shall be made on

the basis of finished concrete work. Excavation disposal of excavated stuff

refilling., form work and curing etc. shall not be paid separately and deemed

to be included in cost of RCC/PCC work.

The thrust block for foundation NRV/SV using M-200 concrete shall be provided.

All foundations shall be made finished with proper edges and surfaces.

C.C. FOUNDATIONS

a) The support for valves and pipes, platform for valve operation, shall be

cast in M-200 concrete. The dimensions and spacing of block shall be

submitted for prior approval.

Suitably designed and adequate numbers of concrete supports for pipe

work and all sluice valves and non-return valves shall be provided.

Minimum design criteria as under shall be adopted.

i) Span shall be such as to restrict deflection within 1/360 of span.

ii) Width of the support shall be equal to pipe diameter (+) 200 mm.

iii) Cradle thickness shall be 1/4

th of pipe diameter but not less than 300 mm.

iv) Minimum cradle depth shall be 1/4

th of pipe diameter.

v) Bearing angle shall be 120o

b) The free end of 200 mm dia common delivery line shall be suitably

anchored to withstand and relieve pipe work and fasteners from stresses

due to thrust.

The thrust block to common manifold free end / bend should be

Page 211: AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY … · 2019-06-03 · 1 AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY DEPARTMENT E-TENDER NOTICE NO 2051 FOR 2019-20NAME OF WORK: Providing,

211

designed and got approved from the Deptt. Proper RCC chairs blocks

should be provided to common manifold.

c) There should be separate foundation blocks for all valves.

Page 212: AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY … · 2019-06-03 · 1 AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY DEPARTMENT E-TENDER NOTICE NO 2051 FOR 2019-20NAME OF WORK: Providing,

212

Page 213: AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY … · 2019-06-03 · 1 AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY DEPARTMENT E-TENDER NOTICE NO 2051 FOR 2019-20NAME OF WORK: Providing,

MJP DSR 2018-19

Item QTY DESCRIPTION PER Rate Rate in Words Amount

No Unit Rs Rs.

1 Providing D.I. pipes of following grades with

internal cement mortar lining and including all

taxes, insurance, railway freight, unloading

from railway wagon, loading into truck,

transport to departmental stores/site,

unloading, stacking, etc. complete. (IS:8329-

2000 Latest Version) . (without ED)

(DSRPage no.-69/3) `

6392.00 100 mm Rmt 739.00 Rs. Seven Hundred and Thirty Nine only 4723688

1107.00 150 mm Rmt 1070.00 Rs.One Thousand and Seventy only 1184490

2035.00200 mm

Rmt 1328.00

Rs.One Thousand Three Hundred and Twenty

Eight only 2702480

2160.00250 mm

Rmt 1807.00

Rs.One Thousand Eight Hundred and Seven

only 3903120

100.00300 mm

Rmt 2245.00

Rs.Two Thousand Two Hundred and Fourty

Five only 224500

170.00350 mm

Rmt 2947.00

Rs.Two Thousand Nine Hundred and Fourty

Seven only 500990

100.00400 mm

Rmt 3390.00

Rs.Three Thousand Three Hundred and

Ninety only 339000

AHMEDNAGAR MUNICIPAL CORPORATION

AHMEDNAGAR WATER SUPPLY SCHEME

* A B S T R A C T *

SCHEDULE- B

Name of Work:-Providing, Lowering, laying and Jointing D.I.K-7 Pipeline for Shifting Pipeline under Widening of National

Highway Road from Chandani Chowk - Patil Hospital - Swastik Chowk - Hotel Yash Palace

Page 214: AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY … · 2019-06-03 · 1 AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY DEPARTMENT E-TENDER NOTICE NO 2051 FOR 2019-20NAME OF WORK: Providing,

Item QTY DESCRIPTION PER Rate Rate in Words Amount

70.00500 mm

Rmt 4100.00 Rs.Four Thousand One Hundred only 287000

170.00600 mm

Rmt 6245.00

Rs.Six Thousand Two Hundred and Forty

Five only 1061650

250.00700 mm Gravity Main

Rmt 8530.00

Rs.Eight Thousand Five Hundred and Thirty

only 2132500

60.00 900 mm Raising MainRmt 13240.00

Rs.Thirteen Thousand Two Hundred and

Fourty only 794400

2

Manufacturing, providing and supplying

spirally welded / ERW/ SAW / fabricated M. S.

pipes (Commercial Quality) including

procurements of plates, gas cutting to

requried size rolling, tack welding assembling

in suitable lengths to form pipes, welding on

automatic welding machine and forming ‘V’

edge on both ends of pipes including railway

freight, insurance, unloading from railway

wagon, loading into truck, transport to stores,

unloading, stacking excluding GST levied by

GOI & GOM in all respect, etc, complete as

per IS - 3589 and IS-5504 as applicable as

per specifications (No negative tolerance in

thickness is permissible).(DSR Page no.-

177/j,k)

50.00Dia of Pipe : 610.00 mm (O. D.)

Rmt 7663

Rs.Seven Thousand Six Hundred and Sixty

Three only 383150

10.00 mm.

50.00Dia of Pipe : 711.00 mm (O. D.)

Rmt 8953

Rs.Eight Thousand Nine Hundred and Fifty

Three only 447650

10.00 mm.

Page 215: AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY … · 2019-06-03 · 1 AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY DEPARTMENT E-TENDER NOTICE NO 2051 FOR 2019-20NAME OF WORK: Providing,

Item QTY DESCRIPTION PER Rate Rate in Words Amount

3

Transporting within 500 meters,laying in

position to correct line and level M. S. pipes

with / without any outcoating, on prepared

bedding in trenches including marginal cutting

wherever required, assembling tack welding

the same. The rate to include loading,

unloading, hoisting, etc. complete as

specified.

100.00 Above 8 mm upto 12 mm thick Rmt 84.18 Rs. Eighty Four and Eighteen paise only 8418

Above 500 mm. Upto 750 mm. dia.

4

Welding in all positions with required number

of runs, for M. S. pipes internally and / or

externally including gauging wherever

necessary, fixing appurtenances and other

accessories in connection with pipe laying

work as per specification.(DSR Page no.-199/

7a, b)

40.00 Butt Joints : Plate thickness Rmt 868 Rs. Eight Hundred and Sixty Eight only 34720

20.00 Lap joints with convex fillet welds Lap Lengths Rmt 364 Rs. Three Hundred and Sixty Four only 7280

5 Excavation for foundation / pipe trenches in

hard murum and boulders, W.B.M. road

including removing the excavated material

upto a distance of 50 M beyond the area and

lifts as below, stacking and spreading as

directed by Engineer-in-charge, normal

dewatreing, preparing the bed for foundation

and excluding backfilling, etc. complete. (DSR

Page no.-50 / 3)

11188.72 Cumt 203.50 Rs. Two Hundred Three & Fifty Paise only 2276904.52

Page 216: AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY … · 2019-06-03 · 1 AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY DEPARTMENT E-TENDER NOTICE NO 2051 FOR 2019-20NAME OF WORK: Providing,

Item QTY DESCRIPTION PER Rate Rate in Words Amount

6 Excavation for foundation / pipe trenches in

Soft rock and old cement and lime masonry

foundation ashfalt road including removing

the excavated material upto a distance of 50

M beyond the area and lifts as below, stacking

and spreading as directed by Engineer-in-

charge, normal dewatreing, preparing the bed

for foundation and excluding backfilling, etc.

complete.

(DSR Page no.-50 / 5)

2096.08 Cumt542.3

Rs. Five Hundred and Fourty Two &Thirty

Paise only 1136704.184

7 Excavation for foundation / pipe trenches in

hard rock and concrete road by chiselling,

wedging, line drilling, by mechanical means or

by all means other than blasting including

trimming and levelling the bed, removing the

excavated material upto a distance of 50

metres beyond the area and lifts as below,

stacking as directed by Engineer-in-charge,

normal dewatering, excluding backfilling, etc.

complete by all means. (DSR Page no.-50

/ 7) 1048.04 Cumt 904.2 Rs. Nine Hundred Four &Twenty Paise only 947637.768

8 Providing dry trap / granite / quartzite / gneiss,

rubble stone soling in 15cm to 20 cm thick

layers (including hand packing and

compacting), etc. complete.(DSR Page no.-52

/ 18)

2136.68

Cum 982.85

Rs. Nine Hundred Eighty Two & Eighty Five

Paise only 2100035.938

Page 217: AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY … · 2019-06-03 · 1 AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY DEPARTMENT E-TENDER NOTICE NO 2051 FOR 2019-20NAME OF WORK: Providing,

Item QTY DESCRIPTION PER Rate Rate in Words Amount

9 Filling in trenches with contractor’s murum for

bedding in 15cm to 20cm layers including

watering and compaction complete.(DSR

Page no.-52 / 17)

1572.06Cum 654.15

Rs. Six Hundred Fifty Four & Fifteen Paise

only 1028363.049

10 Filling in plinth and floors / trenches with

approved murum from excavated materials

from foundation 15 to 20cm layers including

watering and compaction complete.(DSR

Page no.-52/16)750 Cum 67.20 Rs. Sixty Seven and Twenty paise only 50400

11 Providing and laying in situ Cement concrete

of trap/granite/quartzite/ gneiss metal for PCC

work below foundation and footing including

normal dewatering,plywood form work,

compaction, finishing and curing, etc,

complete. (DSR Page no.-56/2)

60.00 Cum 3866.90

Rs.Three Thousand Eight Hundred Sixty Six

and Ninerty Paise only 232014.00

Page 218: AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY … · 2019-06-03 · 1 AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY DEPARTMENT E-TENDER NOTICE NO 2051 FOR 2019-20NAME OF WORK: Providing,

Item QTY DESCRIPTION PER Rate Rate in Words Amount

12

Providing and laying in situ Cement concrete

oftrap/granite/quartzite/ gneiss metal for RCC

work in foundation like raft, grillage, strip

foundation and footingof RCC columns and

steel stanchions including normal

dewatering,plywood form work, compaction,

finishing and curing, etc, complete. (By weigh

batching and mix design for curing, etc,

complete. (By weigh batching and mix design

for M-250 and M-300 only. Use of L & T,

A.C.C., Ambuja, Birla Gold, Manikgad,

Rajashree, etc. cement is permitted.)(DSR

Page no.-57/2 b,c)

300.00

In RCC M-250

Cum 5799.00

Rs.Five Thousand Seven Hundred Ninety Nine

only 1739700.00

300.00

In RCC M-200

Cum 6217.00

Rs.Six Thousand Two Hundred Seventeen

only 1865100.00

13 Providing and fixing in position steel bar

reinforcement of various diameters for RCC

piles, caps, footings, foundation, slabs,

beams, columns, canopies, staircases.

newels, chajjas, lintels, pardies, copings, fins,

arches, etc. as per detailed designs, drawings

and schedules; including cutting, bending,

hooking the bars, binding with wires or tack

welding and supporting as required, etc.

complete.(DSR Page no.-59 / 7 b)

1.00 Tor steel MT 47315.00Rs.Three Thousand Eight Hundred Sixty Six

and Ninerty Paise only47315

Page 219: AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY … · 2019-06-03 · 1 AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY DEPARTMENT E-TENDER NOTICE NO 2051 FOR 2019-20NAME OF WORK: Providing,

Item QTY DESCRIPTION PER Rate Rate in Words Amount

14

Providing and supplying ISI standard CI / DI

flanged / S & S specials including all taxes (

Central and Local ), railway freight,insurance,

unloading from railway wagon, loading into

truck transport to departmental store / site,

unloading stacking etc. complete.

Lump sum 10% of Pipe Cost Lump sum 1756682

Page 220: AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY … · 2019-06-03 · 1 AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY DEPARTMENT E-TENDER NOTICE NO 2051 FOR 2019-20NAME OF WORK: Providing,

Item QTY DESCRIPTION PER Rate Rate in Words Amount

15 Lowering, laying and jointing with SBR rubber

gaskets C I. S/S pipes of various classes with

CI / D I.MS specials specials of following

class and diameter including cost of

conveyance from stores to site of works

including cost of all labour, material, except

cement solvent, rubber ring, giving

satisfactory hydraulic testing as per IS code,

etc. complete (with cement solvent joint / ring

fit joint).6392.00 100 mm (Vinayak nagar+Phase II Rmt 60.90 Rs.Sixty & Ninety Paise only 389272.8

1107.00 150 mm ( General Distribution ) Rmt 82.95 Rs.Eigty two & Ninety Five Paise only 91825.65

2035.00 200 mm ( Kedgaon ) Rmt 109.00 Rs. One Hundred & Nine only 221815

2160.00 250 mm Phase IIRmt 141.75

Rs. One Hundred Fourty One & Seventy Five

Paise only 306180

100.00 300 mm Phase IIRmt 159.60 Rs. One Hundred Fifty Nine & Sixty Paise only 15960

170.00 350 mm Phase IIRmt 173.25

Rs. One Hundred Seventy Three & Twenty

Paise only 29452.5

100.00 400 mm Rmt 208.95 Rs.Two Hundred Eight & Ninety five Paise only 20895

70.00 500 mm Phase iiRmt 294.00 Rs. Two Hundred Ninety Four only 20580

170.00 600 mm Rmt 390.60 Rs. Three Hundred Ninety & Sixty Paise only 66402

250.00 700 mm Gravity Main Rmt 550.20 Rs. Five Hundred Fifty & Twenty Paise only 137550

60.00 900 mm Raising MainRmt 886.20

Rs.Eight Hundred Eighty Six & Twenty Paise

only 53172

0

Page 221: AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY … · 2019-06-03 · 1 AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY DEPARTMENT E-TENDER NOTICE NO 2051 FOR 2019-20NAME OF WORK: Providing,

Item QTY DESCRIPTION PER Rate Rate in Words Amount

Lowering, laying, jointing in position following

C.I.D/F Reflux valves,butterfly valves,and

Sluice valves,including cost of labour jointing

material such as nuts,rubber packing and

giving satisfactory hydraulic testing

etc.complete.(DSR Page no.-141 / 4a)

20.00

100 mm

No 6852.26

Rs. Six Thousand Eight Hundred Fifty Two &

Twenty Six Paise only 137045.2

15.00

150 mmNo 10276.62

Rs. Ten Thousand Two Hundred Seventy Six

& Sixty Twp Paise only 154149.3

8.00

200 mmNo 18627.48

Rs. Eighteen Thousand Six Hundred Twenty

Seven & Fourty Eight Paise only 149019.84

4.00

250 mmNo 28800.26

Rs. Twenty Eight Thousand Eight Hundred &

Twenty Six Paise only 115201.04

3.00

300 mmNo 36563.48

Rs.Thirty Six Thousand Five Hundred Sixty

Three & Fourty Eight Paise only 109690.44

2.00

350 mm

No 53787.94

Rs.Fifty Three Thousand Seven Hundred

Eighty Seven & Ninety Four Paise only 107575.88

3.00

600 mm

No 162568.60

Rs.One Lac Sixty Two Thousand Five Hundred

Sixty Eight & Sixty Paise only 487705.8

Lowering, laying, jointing in position following

C.I.D/F Reflux valves,butterfly valves,and

Sluice valves,including cost of labour jointing

material such as nuts,rubber packing and

giving satisfactory hydraulic testing

etc.complete.(DSR Page no.-141 / 4a)

20.00

100 mmNo 1970.85

Rs. One Thousand Nine Hundred Seventy &

Eighty Five Paise only 39417

15.00

150 mm

No 3097.50

Rs.Three Thousand Ninety Seven & Fifty

Paise only 46462.5

16

Page 222: AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY … · 2019-06-03 · 1 AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY DEPARTMENT E-TENDER NOTICE NO 2051 FOR 2019-20NAME OF WORK: Providing,

Item QTY DESCRIPTION PER Rate Rate in Words Amount

8.00

200 mm

No 3222.45

Rs.Three Thousand Two Hundred Twenty Two

& Fourty Five Paise only 25779.6

4.00

250 mm

No 4198.96

Rs.Four Thousand One Hundred Ninety Eight

& Ninety Six Paise only 16795.84

3.00

300 mm

No 4355.40

Rs.Four Thousand Three Hundred Fifty Five &

Fourty Paise only 13066.2

2.00

350 mm

No 5367.60

Rs.Five Thousand Three Hundred Sixty Seven

& Sixty Paise only 10735.2

3.00

600 mm

No 8468.25

Rs.Eight Thousand Four Hundred Sixty Eight

& Twenty Five Paise only 25404.75

18

Manufacturing, supplying & delivery of C.I.

mechanical compression collar coupling

(Pipulary known as fifty collar coupling )

suitable for C.I. spun pipes ( As per I.S. 1536

/2001 ) & D.I. pipes ( As per I,S. 8329/2000)

complete with sealing rubber gasket of S.B.R.

cast iron follower glands and mild steel nut

bolts . The whole assembly should be

mechanically and hydrulicly tested to the

provision as laid down in I.S. 1538/1993. The

rates are inclusive of material, forwarding

charges, sales tax, loading transportion &

unloading at department store etc .

completeas directed.(DSR Page no.-153 / 2)

14.00

100 mmNo 1982.00

Rs. One Thousand Nine Hundred Eighty Two

& Eighty Five Paise only 27748

9.00

150 mm

No 2457.00

Rs.Two Thousand Five Hundred Fifty Seven

only 22113

2.00

200 mmNo 2624.00

Rs.Two Thousand Six Hundred Twenty Four

only 5248

17

Page 223: AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY … · 2019-06-03 · 1 AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY DEPARTMENT E-TENDER NOTICE NO 2051 FOR 2019-20NAME OF WORK: Providing,

Item QTY DESCRIPTION PER Rate Rate in Words Amount

4.00

250 mmNo 3112.00

Rs.Two Thousand Six Hundred Twenty Four

only 12448

3.00

400 mm No 6998.65

Rs.Six Thousand Nine Hundred Ninety Eight

and Sixty Five paise only 20995.95

2.00

600 mm

No 13394.25

Rs.Thirteen Thousand Three Hundred Ninety

Four and Twenty Five paise only 26788.5

19

Providing and supplying I.S. standard MS

specials of required thicknesswith 3 coats of

approved make epoxy paint ( Shalimar, Ciba

or Mahindra & Mahindra make ) from inside

and outside including all taxes .( Central &

Local ),octrai inspection charges transportion

to stores / site and stacking etc. complete.

(DSR Page no.-71/7)

2000.00 Kg 73.50 Rs. Seventy Three and Fifty paise only 147000 `

20

Providing and supplying Air valve as per IS

14845-2000 and MJP Std Specification of

approved make and quality of following dia

including all taxes ( Central and local ) rly

frieght inspection charges unloading from rly

wagon loading in to truck transportatin upto

Dept store/ site unloading and stacking etc

complete(DSR Page no.-143 / 7b)

4.00

100 mm

No 12806.00

Rs. Tweleve Thousand Eight Hundred and Six

only 51224 complete

4.00 150 mm No 18012.00 Rs.Eighteen Thousand and Tweleve only 72048

Page 224: AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY … · 2019-06-03 · 1 AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY DEPARTMENT E-TENDER NOTICE NO 2051 FOR 2019-20NAME OF WORK: Providing,

Item QTY DESCRIPTION PER Rate Rate in Words Amount

21

Providing and fixing in position air valve shaft

including providing and fixing GI Medium

Class or 6 mm thick M.S. pipe shaft 2.70 M

long over branch flange of air valve tee,

providing PCC block of M-150 concrete 150

mm thick around the air valve tee including

encasing of vertical shaft in PCC M-150 as

shown in type design together with providing

and making flanged joints wherever required

and fixing of air valve over the shaft excluding

cost of air valve and branch flanged air valve

tee. etc. complete as per type design and as

directed by Engineer-in-charge for following

diameters of pipe lines (type design attached.)

(DSR Page no.-147 / 17)

4.00

450 to 900 mmNo 14114.00

Rs.Fourteen Thousand One Hundred

Fourteen only 56456

4.00 200 to 450 mm No 7411.50

Rs.Seven Thousand Four Hundred Eleven and

Fifty paise only 29646

22

Providing and constructing B.B. masonry

valve chamber with 15 cm thick 1:3:6

proportion PCC bedding, excluding

excavation, B.B. masonry in C.M. 1:5

Proportion precast RCC frame and cover, etc.

complete as directed by Engineer-in-

charge.(DSR Page no.-240 / 1)

34.00

Vaive chember with precast reinforced

concrete reinforced concrete covers and

frame.No 23840.00

Rs Twenty Four Thousand Eight Hundred and

Fourty only 810560

Page 225: AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY … · 2019-06-03 · 1 AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY DEPARTMENT E-TENDER NOTICE NO 2051 FOR 2019-20NAME OF WORK: Providing,

Item QTY DESCRIPTION PER Rate Rate in Words Amount

As above of 1.5 mx 1.5 m internal size and

depth upto 1.2M .with SFRC frame and cover

of size 540 mm dia fixed in R. C..C. slab

23

Refilling the trenches with available excavated

stuff with soft material first over pipeline and

then hard material in 15 cm layers with all

leads and lifts including consolidation,

surcharging, etc. complete.(DSR Page no.-50

/ 16)

29488.00 Cum 67.20 Rs. Sixty Seven and Twenty paise only 1981593.6

24

Dewatering the excavated trenches and pools

of water in the building trenches / pipeline

trenches, well works by using pumps and

other devices including disposing off water to

safe distance as directed by Engineer-in-

charge (including cost of machinery, labour,

fuel), etc. complete.(DSR Page no.-50 / 14)

100.00 Bhp/Hr 65.10 Rs.Sixty Five and Ten paise only 6510

25 10264.00

Removing excavated material upto 4 Km

Cum 276.33

Rs. Two Hundred Seventy Six and Thirty

Three paise only 2836251.12

26 5 PWD Road crossing Charges No 600000.00 Rs. Six Lacs only 3000000

0

Page 226: AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY … · 2019-06-03 · 1 AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY DEPARTMENT E-TENDER NOTICE NO 2051 FOR 2019-20NAME OF WORK: Providing,

Item QTY DESCRIPTION PER Rate Rate in Words Amount

27 Hydraulic testing of C.I./D.I. pipe line to

specified pressure including cost of all

materials and labour and water for testing for

specified length including cutting, placing end

cap making arrangement for filling safe water

using reciprocating type pumps which should

be able to provide specified test pressure

gauges and other necessary equipments,

labour, operation charges, etc. required for

testing. The rate under this item shall also

include cost of retesting, if necessary and

reinstating to original position using water

supplied by the contractor. (DSR Page

no.-73 / 12 a) 0

6.4100 mm

Km 6873.00

Rs.Six Thousand Eight Hundred Seventy

Three only 43987.2

1.1 150 mm Km 9201.00

Rs.Six Thousand Eight Hundred Seventy

Three only 10121.1

2.00 200 mm

Km 12083.00

Rs.Six Thousand Eight Hundred Seventy

Three only 24166

2.17

250 mm

Km 15741.00

Rs.Six Thousand Eight Hundred Seventy

Three only 34157.97

0.1 300 mm Km 17736.00 1773.6

0.17 350 mm Km 19288.00 3278.96

0.17 400 mm Km 23168.00 3938.56

0.07 500 mm Km 32590.00 2281.3

0.17 600 mm km 35251.00 5992.67

0.25 700 mm Km 61077.00 15269.25

0.06 900 mm Km 98438.00 5906.28

Page 227: AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY … · 2019-06-03 · 1 AHMEDNAGAR MUNCIPAL CORPORATION WATER SUPPLY DEPARTMENT E-TENDER NOTICE NO 2051 FOR 2019-20NAME OF WORK: Providing,

Item QTY DESCRIPTION PER Rate Rate in Words Amount

Total Cost Rs. 44353572

5166241

Total Cost Rs. 49519813Say Rs. 49520000

Add12% GST